Opportunity

ICT Managed Services

  • Merseyside Waste Disposal Authority

F02: Contract notice

Notice reference: 2023/S 000-035057

Published 28 November 2023, 12:26pm



The closing date and time has been changed to:

22 January 2024, 11:00am

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

Merseyside Waste Disposal Authority

7 th Floor, No. 1 Mann Island

Liverpool

L3 1BP

Contact

Nicola Hodge

Email

Procurement@merseysidewda.gov.uk

Telephone

+44 1512551444

Country

United Kingdom

NUTS code

UKD7 - Merseyside

Internet address(es)

Main address

https://www.merseysidewda.gov.uk/

Buyer's address

https://www.mytenders.co.uk/search/Search_AuthProfile.aspx?ID=AA43115

one.3) Communication

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

https://www.mytenders.co.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.mytenders.co.uk

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

Other activity

Waste Disposal


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

ICT Managed Services

two.1.2) Main CPV code

  • 72222300 - Information technology services

two.1.3) Type of contract

Services

two.1.4) Short description

We are seeking a highly experienced supplier to provide a comprehensive IT service provision covering the following key elements:

1) Provision of new network, WiFi and security controls to support the main office

2) Provision of replacement end-user computing devices and tablets (Windows based laptop PCs)

3) Microsoft licensing

4) Migration of servers/services from existing hardware and software with an existing provider to cloud based services

5) Build of Windows based devices, including packaging and deployment of software

6) Provision of appropriate boundary controls for Windows based devices

7) Application build and/or migration to replace aging in-house software

8) Hosting and security of public facing interactive website elements

9) Unified communications

10) Mobile security controls

11) Project/programme management

12) Technical resources to enact the change and migrate to the new service

13) Ongoing 1st, 2nd and 3rd line operational support for all our IT

14) Provision of comprehensive backups

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 48800000 - Information systems and servers
  • 48810000 - Information systems
  • 51610000 - Installation services of computers and information-processing equipment
  • 72267100 - Maintenance of information technology software
  • 72267200 - Repair of information technology software
  • 51612000 - Installation services of information-processing equipment
  • 72250000 - System and support services
  • 72253000 - Helpdesk and support services
  • 72253200 - Systems support services
  • 72261000 - Software support services

two.2.3) Place of performance

NUTS codes
  • UKD7 - Merseyside
Main site or place of performance

Merseyside

two.2.4) Description of the procurement

We are seeking a highly experienced supplier to provide a comprehensive IT service provision covering the following key elements:

1) Provision of new network, WiFi and security controls to support the main office

2) Provision of replacement end-user computing devices and tablets (Windows based laptop PCs)

3) Microsoft licensing

4) Migration of servers/services from existing hardware and software with an existing provider to cloud based services

5) Build of Windows based devices, including packaging and deployment of software

6) Provision of appropriate boundary controls for Windows based devices

7) Application build and/or migration to replace aging in-house software

8) Hosting and security of public facing interactive website elements

9) Unified communications

10) Mobile security controls

11) Project/programme management

12) Technical resources to enact the change and migrate to the new service

13) Ongoing 1st, 2nd and 3rd line operational support for all our IT

14) Provision of comprehensive backups

two.2.5) Award criteria

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

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

Duration in months

60

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

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

As detailed in 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

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

See Tender Documentation

three.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

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

Originally published as:

Date

15 January 2024

Local time

11:00am

Changed to:

Date

22 January 2024

Local time

11:00am

See the change notice.

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

Tender must be valid until: 11 March 2024

four.2.7) Conditions for opening of tenders

Date

22 January 2024

Local time

1:00pm

Place

Liverpool

Information about authorised persons and opening procedure

As per MWDA policy


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

NOTE: To register your interest in this notice and obtain any additional information please visit the myTenders Web Site at https://www.mytenders.co.uk/Search/Search_Switch.aspx?ID=230847.

The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.mytenders.co.uk/sitehelp/help_guides.aspx.

Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.

(MT Ref:230847)

six.4) Procedures for review

six.4.1) Review body

Public Procurement Review Service

Cabinet Office

London

Email

publicprocurementreview@cabinetoffice.gov.uk

Telephone

+44 3450103503

Country

United Kingdom

Internet address

https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit