Section one: Contracting entity
one.1) Name and addresses
Translink
Procurement Department
Belfast
BT2 7LX
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
https://etendersni.gov.uk/epps
Buyer's address
https://etendersni.gov.uk/epps
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://etendersni.gov.uk/epps
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://etendersni.gov.uk/epps
one.6) Main activity
Urban railway, tramway, trolleybus or bus services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
P-2994 Large Account Reseller (LAR) Services for Microsoft Licensing
two.1.2) Main CPV code
- 72000000 - IT services: consulting, software development, Internet and support
two.1.3) Type of contract
Services
two.1.4) Short description
Translink is seeking to appoint a Large Account Reseller (LAR) supplier to manage Microsoft Licensing Purchases for two agreements: • Server and Cloud Enrolment (SCE) • Enterprise Subscription Agreement An appropriate advice service to ensure value for money will also be required. Your response must be submitted via the relevant call for tender (CfT). No other method of submission will be accepted.
two.1.5) Estimated total value
Value excluding VAT: £9,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 72212218 - License management software development services
- 48218000 - License management software package
two.2.3) Place of performance
NUTS codes
- UKN - Northern Ireland
two.2.4) Description of the procurement
Translink is seeking to appoint a Large Account Reseller (LAR) supplier to manage Microsoft Licensing Purchases for two agreements: • Server and Cloud Enrolment (SCE) • Enterprise Subscription Agreement An appropriate advice service to ensure value for money will also be required. Your response must be submitted via the relevant call for tender (CfT). No other method of submission will be accepted.
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: £9,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
The initial term of the contract will run for a period of 3 years. The contract may be extended, on agreement of both parties, for 3 further periods of 12 months each.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The initial term of the contract will run for a period of 3 years. The contract may be extended, on agreement of both parties, for 3 further periods of 12 months each.
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 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: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
10 December 2024
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
Tender must be valid until: 9 April 2025
four.2.7) Conditions for opening of tenders
Date
10 December 2024
Local time
12:30pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.4) Procedures for review
six.4.1) Review body
High Court
Belfast
Country
United Kingdom