Contract

End User Services

  • CROYDON COUNCIL

F03: Contract award notice

Notice identifier: 2024/S 000-039265

Procurement identifier (OCID): ocds-h6vhtk-04c29e

Published 5 December 2024, 2:54pm



Section one: Contracting authority

one.1) Name and addresses

CROYDON COUNCIL

Bernard Weatherill House,8 Mint Walk

CROYDON

CR01EA

Contact

Jacob Aghedo

Email

jacob.aghedo@croydon.gov.uk

Telephone

+44 2087266000

Country

United Kingdom

Region code

UKI62 - Croydon

Justification for not providing organisation identifier

Not on any register

Internet address(es)

Main address

www.croydon.gov.uk/

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

End User Services

Reference number

LBC/TN/188

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

The London Borough of Croydon is seeking a supplier for End User Services. All suppliers listed under Lot 3a (End User Services) and Lot 3c (Technical Management) on the Crown Commercial Services (CCS) Technology Services 3 Framework were invited to tender for this service. The objective is to establish a hybrid service model that combines both outsourced and in-house services.

two.1.6) Information about lots

This contract is divided into lots: No

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £3,679,242.55

two.2) Description

two.2.3) Place of performance

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

Various sites across the London Borough of Croydon

two.2.4) Description of the procurement

The Council has invited all suppliers listed on the Crown Commercial Services framework RM6100 Technology Services 3 - Lot 3a (Operational Services - End User Services) and Lot 3c (Operational Services - Technical Management) to submit tenders for this service. Invitations to Tender were sent through the Council's e-tendering portal to all 93 companies listed in both Lots of the framework. Bidders were given 34 days to respond to the invitation.

The outsourced services include:

- Service Desk Management

- Device Management

- Technical Support

This contract aims to support the Council's ICT priorities and deliver a modern ICT service for users. The goal is to facilitate quick changes that improve the agility and efficiency of the Council.

This notice indicates the intention to award a contract based on the Crown Commercial Services RM6100 Technology Services 3 framework agreement, following a competitive process. The contract will last for 60 months, starting on the 16th of March 2025. with no allowable extensions.

two.2.5) Award criteria

Quality criterion - Name: Technical, Account Management, Implementation etc / Weighting: 50

Quality criterion - Name: Social Value / Weighting: 10

Price - Weighting: 40

two.2.11) Information about options

Options: No


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Award of a contract without prior publication of a call for competition in the cases listed below

  • The procurement falls outside the scope of application of the regulations

Explanation:

This is a further competition on Crown Commercial Services framework RM6100 Technology Services 3 - Lot 3a (Operational Services - End User Services) and 3c (Operational Services - Technical Management). The requirement for prior publication of a tender notice under PCR 2015 does not apply to this award.

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

The procurement is covered by the Government Procurement Agreement: Yes


Section five. Award of contract

Contract No

LBC/TN/188

Lot No

CCS framework RM6100 TS 3 - Lot 3a and 3c

Title

End User Services

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

13 November 2024

five.2.2) Information about tenders

Number of tenders received: 6

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Little Fish (UK) Limited

Price House, 37 Stoney Street,

Nottingham

NG1 1LS

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Companies House

04700876

The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £3,679,242.55


Section six. Complementary information

six.4) Procedures for review

six.4.1) Review body

N/A

N/A

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

The contracting authority will operate a minimum 10 calendar day

standstill period at the point information on the award of the contract is communicated to tenderers to provide time for unsuccessful tenderers to challenge the award decision before the contract is entered into.

Unsuccessful tenderers shall be notified by the contracting authority as soon as possible after the decision is made as to the reasons why they were unsuccessful. The Public Contracts Regulations 2015 provide that aggrieved parties who have been harmed, or are at risk of harm, by breach of the rules are to take action in the High Court (England, Wales and Northern Ireland)