3C Consultancy Services Ltd: Worthing High School - ICT Maintenance and Network/System Support Contract

  3C Consultancy Services Ltd is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Worthing High School - ICT Maintenance and Network/System Support Contract
Notice type: Contract Notice
Authority: 3C Consultancy Services Ltd
Nature of contract: Services
Procedure: Open
Short Description: Worthing high School wishes to engage with a contractor to support the school' s Invitation to tender for ICT Maintenance and Network/System Support Contract. There is a current staffing profile, on site support, one off support days and off site system support requirements. Bidding contractors are advised to review all the documentation for the contract contained within the ITT.
Published: 18/05/2018 12:30

View Full Notice

UK-Worthing: IT services: consulting, software development, Internet and support.
Section I: Contracting Authority
      I.1) Name and addresses
             Worthing High School
             South Farm Rd, Worthing, BN14 7AR, United Kingdom
             Tel. +44 7900784030, Email: info@na-consultancy.co.uk
             Main Address: http://www.worthinghigh.net/, Address of the buyer profile: http://www.worthinghigh.net/
             NUTS Code: UKJ27
      I.2) Joint procurement
      The contract involves joint procurement: No.
      In the case of joint procurement involving different countries, state applicable national procurement law: Not provided       
      The contract is awarded by a central purchasing body: No.
      I.3) Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: http://www.delta-esourcing.com/tenders/UK-UK-Worthing:-IT-services:-consulting%2C-software-development%2C-Internet-and-support./MQEC6X4KBH
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent electronically via http://www.delta-esourcing.com/tenders/UK-title/MQEC6X4KBH to the abovementioned address       
      Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: http://www.delta-esourcing.com/tenders/UK-title/MQEC6X4KBH
      I.4) Type of the contracting authority
            Body governed by public law
      I.5) Main activity
            Education

Section II: Object
II.1) Scope of the procurement
      II.1.1) Title: Worthing High School - ICT Maintenance and Network/System Support Contract       
      Reference Number: Not provided
      II.1.2) Main CPV Code:
      72000000 - IT services: consulting, software development, Internet and support.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: Worthing high School wishes to engage with a contractor to support the school' s Invitation to tender for ICT Maintenance and Network/System Support Contract. There is a current staffing profile, on site support, one off support days and off site system support requirements. Bidding contractors are advised to review all the documentation for the contract contained within the ITT.       
      II.1.5) Estimated total value:
      Value excluding VAT: 24,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: No       
   
II.2) Description
      
      II.2.2) Additional CPV codes:
      Not Provided       
      II.2.3) Place of performance:
      UKJ27 West Sussex (South West)
      
      II.2.4) Description of procurement: Worthing high School wishes to engage with a contractor to support the school' s Invitation to tender for ICT Maintenance and Network/System Support Contract. There is a current staffing profile, on site support, one off support days and off site system support requirements. Bidding contractors are advised to review all the documentation for the contract contained within the ITT.
      II.2.5) Award criteria:
            Price is not the only award criterion and all criteria are stated only in the procurement documents            
      II.2.6) Estimated value:
      Value excluding VAT: 240,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Start: 01/09/2018 / End: 31/08/2021       
      This contract is subject to renewal: Yes       
      Description of renewals: 30 Months from the commencement date, subject to any contract renewals to a maximum of 2 x 12 monthduration
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
      II.2.13) Information about European Union funds:
      The procurement is related to a project and/or programme financed by European Union funds: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: Not provided       


Section III: Legal, Economic, Financial And Technical Information
   III.1) Conditions for participation
      III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
      List and brief description of conditions:          
      A Questionnaire will need to be completed and returned as part of the request to participate process. Candidates will need to provide as part of the request to participate process details of enrolment onprofessional or trade registers and details on whether bankruptcy, convictions of professional misconduct, nonepayment relating to social security contributions or taxes applies to the economic operator. Economic operatorsmay be excluded from participation if any of these circumstances applies.
Any candidate found to be guilty of serious misrepresentation in proving false or inaccurate information may bedeclared ineligible and not selected to continue with the process.    
      III.1.2) Economic and financial standing       
      List and brief description of selection criteria:
      Candidates will need to provide as part of the Questionnaire process details of turnover, profit and capital and reserves for previous 3 years.
Any candidate found to be guilty of serious misrepresentation in proving false or inaccurate information may be declared ineligible and not selected to continue with the process.    
      Minimum level(s) of standards possibly required (if applicable) :       
      A statement of a minimum turnover level is detailed within the Questionnaire documentation    
      III.1.3) Technical and professional ability
      List and brief description of selection criteria:       
      Candidates will need to provide as part of the Questionnaire process evidence of business quality standards, accreditations, and relevant experience. Any candidate found to be guilty of serious misrepresentation in proving false or inaccurate information may be declared ineligible and not selected to continue with the process    
      Minimum level(s) of standards possibly required (if applicable) :          
      To pass this evaluation the suppliers must hold or be willing to obtain the following levels of insurance cover:
— Public Liability Insurance 5 000 000,00 GBP,
— Employers Liability Insurance 5 000 000,00 GBP.
      III.1.5) Information about reserved contracts (if applicable)   
      The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No       
      The execution of the contract is restricted to the framework of sheltered employment programmes: No    
      
   III.2) Conditions related to the contract
      III.2.1) Information about a particular profession    
      Reference to the relevant law, regulation or administrative provision:          
      Not Provided    
      III.2.2) Contract performance conditions       
      Planned and regular monthly, quarterly and annual contract review meeting will be pre-planned with the awarding contractor.          
      III.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: No

Section IV: Procedure
   IV.1) Description OPEN
      IV.1.1) Type of procedure: Open   
   
   IV.1.3) Information about a framework agreement or a dynamic purchasing system    
         The procurement involves the establishment of a framework agreement - NO    
         In the case of framework agreements justification for any duration exceeding 4 years: Not Provided    
   
   
   IV.1.6) Information about electronic auction:
      An electronic auction will be used: No
      Additional information about electronic auction: Not provided
   IV.1.8) Information about the Government Procurement Agreement (GPA)
      The procurement is covered by the Government Procurement Agreement: No       
   IV.2) Administrative information
      IV.2.1) Previous publication concerning this procedure:
         Notice number in the OJ S: Not provided       
      IV.2.2) Time limit for receipt of tenders or requests to participate
       Date: 22/06/2018 Time: 12:00
            
      IV.2.4) Languages in which tenders or requests to participate may be submitted: English,       
      IV.2.6) Minimum time frame during which the tenderer must maintain the tender:
         Duration in month(s): 6
      
      IV.2.7) Conditions for opening of tenders:
         Date: 22/06/2018
         Time: 12:00
      

Section VI: Complementary Information
   VI.1) Information about recurrence
   This is a recurrent procurement: Yes    
   Estimated timing for further notices to be published: 30 Months from contract start date, depending on whether indicated extension periods are taken up
   VI.2) Information about electronic workflows
   Electronic ordering will be used No       
   Electronic invoicing will be accepted Yes       
   Electronic payment will be used Yes       
   VI.3) Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small ormedium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out forthe procurement.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Worthing:-IT-services:-consulting%2C-software-development%2C-Internet-and-support./MQEC6X4KBH

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/MQEC6X4KBH
   VI.4) Procedures for review
   VI.4.1) Review body:
             Worthing High School
       South Farm Road, Worthing, BN14 7AR, United Kingdom
       Tel. +44 7900784030
   VI.4.2) Body responsible for mediation procedures:
             Worthing High School
          South Farm Road, Worthing, BN14 7AR, United Kingdom
   VI.4.3) Review procedure
   Precise information on deadline(s) for review procedures:    
    Not Provided    
   VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
   VI.5) Date Of Dispatch Of This Notice: 18/05/2018

Annex A


View any Notice Addenda

View Award Notice

UK-Worthing: IT services: consulting, software development, Internet and support.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Worthing High School
       South Farm Rd, Worthing, BN14 7AR, United Kingdom
       Tel. +44 7900784030, Email: info@na-consultancy.co.uk
       Main Address: http://www.worthinghigh.net/, Address of the buyer profile: http://www.worthinghigh.net/
       NUTS Code: UKJ27

   I.2) Joint procurement:
      The contract involves joint procurement: No          
      In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
      The contract is awarded by a central purchasing body: No

   I.4)Type of the contracting authority:
      Body governed by public law

   I.5) Main activity:
      Education

Section II: Object Of The Contract

   II.1) Scope of the procurement

      II.1.1) Title: Worthing High School - ICT Maintenance and Network/System Support Contract            
      Reference number: Not Provided

      II.1.2) Main CPV code:
         72000000 - IT services: consulting, software development, Internet and support.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: Worthing high School wishes to engage with a contractor to support the school' s Invitation to tender for ICT Maintenance and Network/System Support Contract. There is a current staffing profile, on site support, one off support days and off site system support requirements. Bidding contractors are advised to review all the documentation for the contract contained within the ITT.

      II.1.6) Information about lots
         This contract is divided into lots: No
            
      II.1.7) Total value of the procurement (excluding VAT)
          Lowest offer: 20,121 / Highest offer:100,520         
         Currency:GBP            

   II.2) Description

      II.2.2) Additional CPV code(s):
      Not Provided

      II.2.3) Place of performance
      Nuts code:
      UKJ27 - West Sussex (South West)
   
      Main site or place of performance:
      West Sussex (South West)
             

      II.2.4) Description of the procurement: Worthing high School wishes to engage with a contractor to support the school' s Invitation to tender for ICT Maintenance and Network/System Support Contract. There is a current staffing profile, on site support, one off support days and off site system support requirements. Bidding contractors are advised to review all the documentation for the contract contained within the ITT.

      II.2.5) Award criteria:
      Quality criterion - Name: Staffing / Weighting: 35
      Quality criterion - Name: Customer Care / Weighting: 10
      Quality criterion - Name: Service Delivery / Weighting: 25
                  
      Cost criterion - Name: Contract Price / Weighting: 30
            

      II.2.11) Information about options
         Options: No
         

      II.2.13) Information about European Union funds
         The procurement is related to a project and/or programme financed by European Union funds: No
         

      II.2.14) Additional information: Not Provided


Section IV: Procedure

IV.1) Description

   IV.1.1)Type of procedure: Open


   IV.1.3) Information about a framework agreement or a dynamic purchasing system
      The procurement involves the establishment of a framework agreement: No       
      

   IV.1.6) Information about electronic auction
      An electronic auction has been used: No

   IV.1.8) Information about the Government Procurement Agreement (GPA)
      The procurement is covered by the Government Procurement Agreement: No

IV.2) Administrative information

   IV.2.1) Previous publication concerning this procedure
       Notice number in the OJEU: 2018/S 95-216486
      
   

   IV.2.9) Information about termination of call for competition in the form of a prior information notice
      The contracting authority will not award any further contracts based on the above prior information notice: No

Section V: Award of contract

Award Of Contract (No.1)

   Contract No: Not Provided    
   Lot Number: Not Provided    
   Title: Not Provided

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 16/07/2018

      V.2.2) Information about tenders
         Number of tenders received: 7
         Number of tenders received from SMEs: 7 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 0          
         Number of tenders received from tenderers from non-EU Member States: 0          
         Number of tenders received by electronic means: 7

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             JSPC Computer Services Ltd
             Seadown Parade, Bowness Avenue, Sompting, Lancing, BN15 9TP, United Kingdom
             Tel. +44 19030767122, Email: james@jspc.co.uk
             Internet address: www.jspc.co.uk
             NUTS Code: UKJ27
            The contractor is an SME: Yes

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: Not Provided          
         Lowest offer: 20,121 / Highest offer: 100,520
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         
Section VI: Complementary information

   VI.3) Additional information: The contracting authority considers that this contract may be suitable for economic operators that are small ormedium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out forthe procurement.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=333119221

   VI.4) Procedures for review

      VI.4.1) Review body
          Worthing High School
          South Farm Road, Worthing, BN14 7AR, United Kingdom
          Tel. +44 7900784030

      VI.4.2) Body responsible for mediation procedures
          Worthing High School
          South Farm Road, Worthing, BN14 7AR, United Kingdom

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: Not Provided

      VI.4.4) Service from which information about the review procedure may be obtained
         Not Provided

   VI.5) Date of dispatch of this notice: 03/08/2018