Opportunity

Managed IT Services Provider - Safer London

  • Safer London

F02: Contract notice

Notice reference: 2023/S 000-004160

Published 10 February 2023, 12:05pm



Section one: Contracting authority

one.1) Name and addresses

Safer London

Skyline House, 200 Union Street

London

SE1 0LX

Contact

Gary Stephens

Email

info@gbsprocure.com

Telephone

+44 7484130029

Country

United Kingdom

NUTS code

UK - United Kingdom

National registration number

05190766

Internet address(es)

Main address

https://saferlondon.org.uk/

Buyer's address

https://saferlondon.org.uk/

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://www.delta-esourcing.com/tenders/UK-UK-London:-Information-technology-services./AAH5B3X67X

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.delta-esourcing.com/tenders/UK-title/AAH5B3X67X

Tenders or requests to participate must be submitted to the above-mentioned address

one.4) Type of the contracting authority

Other type

Safer London is a registered charity and a company limited by guarantee

one.5) Main activity

Social protection


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Managed IT Services Provider - Safer London

Reference number

ID366

two.1.2) Main CPV code

  • 72222300 - Information technology services

two.1.3) Type of contract

Services

two.1.4) Short description

Safer London is seeking a Managed IT Service Provider to provide comprehensive IT services. We are looking for a partner who can demonstrate significant experience in agile, remote and hybrid working. Full details of the requirements are contained within the tender documents which are available at https://www.delta-esourcing.com/delta/respondToList.html?accessCode=AAH5B3X67X

two.1.5) Estimated total value

Value excluding VAT: £1

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKI - London
Main site or place of performance

LONDON

two.2.4) Description of the procurement

See Tender Documents

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £1

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

60

This contract is subject to renewal

Yes

Description of renewals

Every 5 Years or sooner if extension not activated

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 5

Maximum number: 10

Objective criteria for choosing the limited number of candidates:

Contained within the tender documents

two.2.10) Information about variants

Variants will be accepted: Yes

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

Full details of the requirements and expected Accreditations and experience are detailed within the tender documents.

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Restricted procedure

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2022/S 000-036202

four.2.2) Time limit for receipt of tenders or requests to participate

Date

3 March 2023

Local time

12:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 6 (from the date stated for receipt of tender)


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: 60 Months

six.3) Additional information

The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.

For more information about this opportunity, please visit the Delta eSourcing portal at:

https://www.delta-esourcing.com/tenders/UK-UK-London:-Information-technology-services./AAH5B3X67X" target="_blank">https://www.delta-esourcing.com/tenders/UK-UK-London:-Information-technology-services./AAH5B3X67X

To respond to this opportunity, please click here:

https://www.delta-esourcing.com/respond/AAH5B3X67X" target="_blank">https://www.delta-esourcing.com/respond/AAH5B3X67X

GO Reference: GO-2023210-PRO-22101458

six.4) Procedures for review

six.4.1) Review body

The Royal Courts Of Justice

Strand

London

WC2A 2LL

Country

United Kingdom