II.1)
Scope of the procurement
Provision of ICT Service and Maintenance to the Dounreay site.
Reference number:
CTM 9558
72000000
-
IT services: consulting, software development, Internet and support
Services
II.1.4)
Short description
This PQQ has been issued by Dounreay Site Restoration Limited (DSRL) in connection with a competitive procurement for the provision of Information Technology (IT) Managed Services, conducted in accordance with the Negotiated Procedure. DSRL requires a suitably qualified and experienced organisation to deliver ICT Managed Services. This PQQ sets out the information which is required by DSRL in order to assess the suitability of organisations in terms of their technical knowledge and experience; capability; organisational and financial standing, to meet the requirements of the Dounreay site.
II.1.5)
Estimated total value
Value excluding VAT: 32500000.00
GBP
II.1.6)
Information about lots
This contract is divided into lots:
no
II.2.2)
Additional CPV code(s)
30200000
-
Computer equipment and supplies
48000000
-
Software package and information systems
48800000
-
Information systems and servers
64200000
-
Telecommunications services
72253000
-
Helpdesk and support services
72315000
-
Data network management and support services
72610000
-
Computer support services
II.2.3)
Place of performance
NUTS code:
UK -
UNITED KINGDOM
Main site or place of performance:
Dounreay
II.2.4)
Description of the procurement
An Information Technology Managed Services to replace an existing contract which is reaching its conclusion. Dounreay Site Restoration Limited requires a fully managed Information Technology Service to include the following areas of service:
• Network and Telephony Service
• Infrastructure and Platforms
• Service Desk
• Security
There are three options which Dounreay Site Restoration Limited are considering:
• Contract Term- 5 years +1+1, no transformation projects (plus transition);
• Contract Term-5 +1+1years only, transformation projects included (plus transition); and
• Contract Term- 7+1+1 years only, no transformation projects (plus transition).
To allow for transition, this Contract will be awarded on the 01 March 2018, with a 6 month transition period and a go-live date of 1st October 2018.
Bidders are not required to bid against all three Contract term options.
Price is not the only award criterion and all criteria are stated only in the procurement documents
Value excluding VAT: 32500000.00
GBP
II.2.7)
Duration of the contract, framework agreement or dynamic purchasing system
Start:
01/03/2018
/
End:
31/03/2027
This contract is subject to renewal:
yes
Description of renewals:
All contract options have the option for two 1 year Contract extensions
II.2.9)
Information about the limits on the number of candidates to be invited
Envisaged number of candidates:
5
Objective criteria for choosing the limited number of candidates:
The Negotiated Procedure with prior call for competition is a multi-stage process. This Pre-Qualification Questionnaire (PQQ) is the first stage of the procurement process. Responses to the PQQ will be assessed by Dounreay Site Restoration Limited (DSRL) to determine a short-list of organisations to be invited to tender using an agreed selection criteria. Selection criteria and their relative weighting are available through CTM. The PQQ process will involve the consideration by DSRL of the capability of the organisations expressing interest in the procurement by submitting responses to the prequalification questionnaire. The questionnaire is available through CTM.
The shortlist of organisations will be invited to tender through the issue of an ITT (Invitation to Tender). Tenders submitted will be assessed against an agreed list of award criteria to determine the Most Economically Advantageous Tender. Details of the Award Criteria and how these will be evaluated will be made available to those successful in reaching the short list and will be published as part of the Invitation to Tender (a draft copy is available though CTM).
The Negotiated Process will be a multi-stage process and it is anticipated that there will be two rounds of negotiation before Best and Final Offer (BAFO) submissions are requested.
II.2.10)
Information about variants
Variants will be accepted:
no
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