Contract notice

Information

Published

Date of dispatch of this notice: 26/01/2018

Expire date: 08/03/2018

External Reference: 2018-545642

TED Reference: 2018/S 020-041795

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Greater Manchester Combined Authority - Greater Manchester Police
GB 183 0464 15
Openshaw Complex, Lawton Street, Openshaw
Manchester
M11 2NS
UK
Contact person: Steven Ho
NUTS code:  UKD3 -  Greater Manchester
Internet address(es):
I.3)

Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at:  
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=22685&B=BLUELIGHT
Additional information can be obtained from
the abovementioned address:  
Tenders or requests to participate must be submitted
Tenders or requests to participate must be submitted
to the abovementioned address
I.4)

Type of the contracting authority

Body governed by public law
I.5)

Main activity

Public order and safety

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Provision for Data Centre Virtualisation and Managed Service.
Reference number:  A0383
II.1.2)

Main CPV code

48810000  -  Information systems
II.1.3)

Type of contract

Services
II.1.4)

Short description

On the 5th of May 2017, Greater Manchester Combined Authority as the Contracting Authority for Greater Manchester Police, published a Prior Information Notice (PIN) in the Official Journal of the European Union to provide advance notice to the open market of the Data Centre tender opportunity.
As per the PIN notice Greater Manchester Police is seeking for an appropriate supplier to transition and migrate its existing Data Centre services to a new virtualised infrastructure under a Managed Service contract.
GMP is committed is seeking to let a single contract to a single Supplier to provide a Managed Service covering the following requirements:
a) Design, delivery and management of transitions of all GMP services from the old Data Centre service to the new Service (moving all in-scope services to a virtual infrastructure).
b) Design, provision, management and support, up to and including the OS layer, of infrastructure including: • virtual machines; and • physical machines;
II.1.5)

Estimated total value

Value excluding VAT: 17000000.00  GBP
II.1.6)

Information about lots

This contract is divided into lots: no
II.2)

Description

II.2.2)

Additional CPV code(s)

48800000  -  Information systems and servers
48820000  -  Servers
72222200  -  Information systems or technology planning services
72300000  -  Data services
72315000  -  Data network management and support services
72317000  -  Data storage services
72500000  -  Computer-related services
72510000  -  Computer-related management services
72910000  -  Computer back-up services
II.2.3)

Place of performance

NUTS code:  UKD3 -  Greater Manchester
Main site or place of performance:  
Manchester, M11 2NS
II.2.4)

Description of the procurement

This Invitation to Tender (“ITT”) has been issued by Greater Manchester Combined Authority as the Contracting Authority for Greater Manchester Police. This is a OJEU procurement exercise using the Restricted Procedure (2 stage process), in accordance with the Public Contracts Regulations 2015.
The contract will also be open to be accessed by the following contracting authority: Trafford Borough Council.
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: 17000000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Start: 31/07/2018  /  End: 01/06/2023
This contract is subject to renewal: no
II.2.9)

Information about the limits on the number of candidates to be invited

Envisaged minimum number: 5
Objective criteria for choosing the limited number of candidates:
It is expected that a maximum of up to 5 (Five) tenderers will be shortlisted and be invited to submit a tender. However, the GMP reserves the right to shortlist fewer or more suppliers, either due to the spread of scores or where there is another justifiable reason to do so.
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: no
II.2.12)

Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
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

This tender process is being conducted through the Bluelight e-tendering portal. In the interests of fairness, accountability and auditability, all communication regarding this tender must be made through the ‘Discussion’ facility of the Bluelight portal. No other methods of communication will receive a response.

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:  As per the tender documents.
III.1.2)

Economic and financial standing

List and brief description of selection criteria:  
Selection criteria as stated in the tender documents
III.1.3)

Technical and professional ability

List and brief description of selection criteria:  
Selection criteria as stated in the tender documents
III.2)

Conditions related to the contract

III.2.2)

Contract performance conditions

As per the tender documents.

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Restricted procedure
IV.1.8)

Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement : yes
IV.2)

Administrative information

IV.2.1)

Previous publication concerning this procedure

Notice number in the OJ S: 2017/S 089-174460
IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  08/03/2018
Local 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 months : 6  (from the date stated for receipt of tender)

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.2)

Information about electronic workflows

Electronic ordering will be used
Electronic invoicing will be accepted
VI.3)

Additional information

This tender process is being conducted through the Bluelight e-tendering portal. In the interests of fairness, accountability and auditability, all communication regarding this tender must be made through the ‘Discussion’ facility of the Bluelight portal. No other methods of communication will receive a response.
The contract duration will be for a period of 5 years followed by an option to extend for a further 2 years on a 1+1 basis, subject to funding and contractor performance.
Bidders are strongly advised not to communicate (directly/email or during other site visits) with any other persons at GMP Police concerning this tender exercise. Bidders who fail to comply with this requirement, will automatically be excluded from participating with this tender and possibly other future GMP tender opportunities. All clarification correspondences must come via the Blue Light Portal.
Bidders are invited to study the requirements outlined in the tender documents and provide their best bid to meet the needs identified.
VI.4)

Procedures for review

VI.4.1)

Review body

Greater Manchester Combined Authority / GMP
Openshaw complex, Lawton street
Manchester
M112NS
UK

VI.4.3)

Review procedure

Precise information on deadline(s) for review procedures: 
Precise information on deadline(s) for review procedures:
In accordance with Regulation 87 of the Public Contract Regulations 2015 (as amended) contracting authorities are obliged to introduce a “standstill” period of 10 days between selecting a winning bidder and entering into a binding agreement.