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

UK-London: IT services: consulting, software development, Internet and support.
Section I: Contracting Authority
I.1) Name and addresses
London & Continental Railways Limited
4th floor, One Kemble Street, London, WC2B 4AN, United Kingdom
Tel. +44 7850204014, Email: darien.jay@gva.co.uk
Contact: Consultant- Darien Jay
Main Address: http://www.lcrhq.co.uk/
NUTS Code: UKI
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: https://gvaacuity.delta-esourcing.com/tenders/UK-UK-London:-IT-services:-consulting%2C-software-development%2C-Internet-and-support./26R6T8PC4B
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via https://gvaacuity.delta-esourcing.com/tenders/UK-UK-London:-IT-services:-consulting%2C-software-development%2C-Internet-and-support./26R6T8PC4B 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: https://gvaacuity.delta-esourcing.com/tenders/UK-UK-London:-IT-services:-consulting%2C-software-development%2C-Internet-and-support./26R6T8PC4B
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Other activity:

Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Cloud Hosted & Managed IT Services and Provision of IT Hardware
Reference Number: N201700003
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: London & Continental Railways Ltd (LCR) is organising a competitive dialogue procedure with the intention to award a 3-year contract, having the object “Cloud Hosted & Managed IT Services and Provision of IT Hardware”.
The current LCR technical environment and the minimum requirements are detailed within Descriptive Documentation.
The contract objective includes supply hardware infrastructure and provision of maintenance, support and cloud services as detailed in the procurement documents.

The competitive dialogue procedure is organised following Public Contract Regulations 2015; initiated with Selection Stage and followed by multiple dialogue sessions with selected bidders.
II.1.5) Estimated total value:
Value excluding VAT: 300,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV codes:
44316400 - Hardware.
51611100 - Hardware installation services.

II.2.3) Place of performance:
UKI LONDON
UK UNITED KINGDOM

II.2.4) Description of procurement: London & Continental Railways Ltd (LCR) decided to organise a competitive dialogue procedure as result of the necessity of reducing of the company's reliance upon fixed office services.
LCR is looking to change all existing hardware infrastructure with more advanced technology and to appoint a single Services Provider who will be responsible for providing new hardware equipment, including maintenance/replacement services, to their office in London and to provide cloud services over a 3-year contract.
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Technical solution(s) in the form of Responses to Method Statements (MS) / Weighting: 70

Cost criterion - Name: Technical Solution Price ( hardware equipment and maintenance rates) / Weighting: 30

II.2.6) Estimated value:
Value excluding VAT: 300,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start: 01/10/2018 / End: 30/09/2021
This contract is subject to renewal: Yes
Description of renewals: Following the initial term, there is a possibility to extend the contract for a maximum 2 years (+1+1).
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 3
/ Maximum number: 5
Objective criteria for choosing the limited number of candidates: 1.Demonstrated Industry expertise and experience (25%)
2.Demonstrated customer service quality and support (25%)
3.Previous relevant experience and current clients (30%)
4.Human Resources – technical biographies of senior personnel (20%)
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:
As stated in the procurement documents
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
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
Not Applicable
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: Yes

Section IV: Procedure
IV.1) Description COMPETITIVE_DIALOGUE
IV.1.1) Type of procedure:Competitive dialogue

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.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue: Yes.

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: 12/01/2018 Time: 18:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 09/02/2018
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



Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: No
Estimated timing for further notices to be published: Not provided
VI.2) Information about electronic workflows
Electronic ordering will be used No
Electronic invoicing will be accepted No
Electronic payment will be used No
VI.3) Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://gvaacuity.delta-esourcing.com/tenders/UK-UK-London:-IT-services:-consulting%2C-software-development%2C-Internet-and-support./26R6T8PC4B

To respond to this opportunity, please click here:
https://gvaacuity.delta-esourcing.com/respond/26R6T8PC4B
VI.4) Procedures for review
VI.4.1) Review body:
London & Continental Railways Limited
4th floor, One Kemble Street, London, WC2B 4AN, United Kingdom
Tel. +44 2073914300, Fax. +44 2073914401, Email: lcotton@lcrhq.co.uk
Internet address: http://www.lcrhq.co.uk
VI.4.2) Body responsible for mediation procedures:
Not provided
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: 01/12/2017

Annex A