Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Provision of Managed ICT Services to the Finance Wales Group

  • First published: 30 November 2015
  • Last modified: 30 November 2015

Contents

Summary

OCID:
ocds-kuma6s-037444
Published by:
Development Bank of Wales
Authority ID:
AA0555
Publication date:
30 November 2015
Deadline date:
07 January 2016
Notice type:
Contract Notice
Has documents:
Yes
Has SPD:
No
Has Carbon Reduction Plan:
No

Abstract

The Finance Wales Group (FWG) is comprised of Finance Wales plc (FW) and a number of subsidiary companies. FWG provides tailored debt, equity and mezzanine investments to SMEs at all growth stages and more recently to house purchasers. FW operates from offices throughout Wales and England with staff based across these offices. FW is seeking to identify a Service Provider that can deliver a managed ICT service that meets it's specific requirements as a publicly owned but privately run organisation that operates in a commercial finance environment. The Service Provider should deliver a cost effective, innovative, high quality service that meets the requirements as set out in the tender documents. FW would expect that the service provider chosen will be able to demonstrate experience and capability in the deployment and management of relevant services for similar organisations. CPV: 72590000, 72611000, 72600000, 72610000, 72540000, 72700000, 72820000, 72910000, 80533000, 80533100, 72510000, 72140000, 72500000, 72541000.

Full notice text

CONTRACT NOTICE – OFFICIAL JOURNAL

Section I: Contracting Authority

I.1)

Name, Address and Contact Point(s)


Finance Wales

Finance Wales, 1 Capital Quarter, Tyndall Street

Cardiff

CF10 4BZ

UK

Services

Sarah Patnett

+44 2920338100

procurement@financewales.co.uk

+44 2920338101

www.financewales.co.uk

http://www.sell2wales.gov.uk/search/Search_AuthProfile.aspx?ID=AA0555

www.sell2wales.gov.uk

www.sell2wales.gov.uk
Unchecked box
Checked box
Unchecked box
Checked box
Unchecked box
Checked box

I.2)

Type of contracting Authority and Main Activity or Activities

Unchecked box
Unchecked box
Unchecked box
Unchecked box
Checked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Checked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
No

Section II: Object of the Contract

II.1)

Description

II.1.1)

Title attributed to the contract by the contracting authority

Provision of Managed ICT Services to the Finance Wales Group

II.1.2(a))

Type of works contract

II.1.2(b))

Type of supplies contract

II.1.2(c))

Type of service contract

7

II.1.2)

Main site or location of works, place of delivery or performance

Cardiff



UK

II.1.3)

This notice involves

Checked box
Unchecked box
Unchecked box

II.1.4)

Information on framework agreement (if applicable)

Unchecked box
Unchecked box

Number of participants to the framework agreement envisaged

Duration of the framework agreement

Justification for a framework agreement the duration of which exceeds four years

Estimated total value of purchases for the entire duration of the framework agreement

Frequency and value of the contracts to be awarded

II.1.5)

Short description of the contract or purchase(s)

The Finance Wales Group (FWG) is comprised of Finance Wales plc (FW) and a number of subsidiary companies. FWG provides tailored debt, equity and mezzanine investments to SMEs at all growth stages and more recently to house purchasers.

FW operates from offices throughout Wales and England with staff based across these offices. FW is seeking to identify a Service Provider that can deliver a managed ICT service that meets it's specific requirements as a publicly owned but privately run organisation that operates in a commercial finance environment. The Service Provider should deliver a cost effective, innovative, high quality service that meets the requirements as set out in the tender documents. FW would expect that the service provider chosen will be able to demonstrate experience and capability in the deployment and management of relevant services for similar organisations.

NOTE: To register your interest in this notice and obtain any additional information please visit the Sell2Wales Web Site at http://www.sell2wales.gov.uk/Search/Search_Switch.aspx?ID=37444.

The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at http://www.sell2wales.gov.uk/sitehelp/help_guides.aspx.

Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.

II.1.6)

Common Procurement Vocabulary (CPV)

72590000
72611000
72600000
72610000
72540000
72700000
72820000
72910000
80533000
80533100
72510000
72140000
72500000
72541000

II.1.7)

Contract covered by the Government Procurement Agreement (GPA)

Checked box

II.1.8)

Division into lots

No

II.1.9)

Will variants be accepted

No

II.2)

Quantity or Scope of the Contract

II.2.1)

Total quantity or scope

Provision of IT services and project activity as described in the in the pre-qualification questionnaire, invitation to tender, contract and supporting documents, copies of which are available from the sources referred to above.

2500000
GBP

II.2.2)

Options

Provisional timetable for recourse to these options

Number of possible renewals

In the case of renewable supplies or service contracts, estimated time frame for subsequent contracts

II.3)

Duration of the contract or limit for completion

60

Section III: Legal, Economic, Financial and Technical Information

III.1)

Conditions Relating to the Contract

III.1.1)

Deposits and guarantees required

The specific requirements of Finance Wales will be set out in the contract documentation and may include performance bonds and/or parent company guarantees and/or other forms of appropriate security.

III.1.2)

Main Terms of financing and payment and/or reference to the relevant provisions

The specific requirements of Finance Wales will be set out in the contract documentation.

III.1.3)

Legal form to be taken by the grouping of suppliers, contractors or service providers to whom the contract is to be awarded

No special legal form is required. However, if a consortium submits a tender which is acceptable to Finance Wales, Finance Wales may require the consortium to form a legal entity before entering into a contract. Joint and several liability of all consortium members may be required (and/or guarantees and/or undertakings by some or all consortium members in respect of some or all other consortium members may be required.

III.1.4)

Other particular conditions to which the performance of the contract is subject

III.2)

Conditions for Participation

III.2.1)

Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers


The specific requirements of Finance Wales will be set out in the contract documentation.

III.2.2)

Economic and financial capacity


The specific requirements of Finance Wales will be set out in the contract documentation.




III.2.3)

Technical capacity


The specific requirements of Finance Wales will be set out in the contract documentation.




III.2.4)

Reserved contracts

Unchecked box
Unchecked box

III.3)

Conditions Specific to Service Contracts

III.3.1)

Is provision of the service reserved to a specific profession?

No

III.3.2)

Will legal entities be required to state the names and professional qualifications of the personnel responsible for the execution of the service?

Yes

Section IV: Procedure

IV.1)

Type of Procedure


Unchecked box Checked box
Unchecked box Unchecked box
Unchecked box Unchecked box

Justification for the choice of accelerated procedure

IV.1.1)

Have candidates already been selected?

No

IV.1.2)

Limitations on the number of operators who will be invited to tender or to participate

56

Objective criteria for choosing the limited number of candidates

IV.1.3)

Reduction of the number of operators during the negotiation or dialogue

Unchecked box

IV.2)

Award Criteria

No


Yes

No

IV.2.2)

An electronic auction will be used

No

IV.3 Administrative Information

IV.3.1)

Reference number attributed to the notice by the contracting authority

2015/LM

IV.3.2)

Previous publication(s) concerning the same contract

Unchecked box
Unchecked box


Other previous publications

IV.3.3)

Conditions for obtaining specifications and additional documents



 


IV.3.4)

Time-limit for receipt of tenders or requests to participate

 07-01-2016  12:00

IV.3.5)

Date of dispatch of invitations to tender or to participate to selected candidates

 15-01-2016

IV.3.6)

Language or languages in which tenders or requests to participate can be drawn up

Checked box    

IV.3.7)

Minimum time frame during which the tenderer must maintain the tender 

IV.3.8)

Conditions for opening tenders





Section VI: Other Information

VI.1)

Indicate whether this procurement is a recurrent one and the Estimated timing for further notices to be published


The current contract is for an initial period of 3 years with an option to extend for a further 2 years.

VI.2)

Does the contract relate to a Project/Programme financed by Community Funds?

No



VI.3)

Additional Information

Neither FW nor any of its agents or advisors will be responsible for any costs or expenses incurred by bidders in participating in the tender process and responding to the PQQ. Finance Wales will not be bound to accept any tender. Finance Wales reserves the right at any time without notice and without liability to any bidder to (i) withdraw from and/or abandon and/or defer this tender process at any time; and (ii) not to award any contract as a result of this tender process.

(WA Ref:37444)

VI.4)

Procedures for appeal

VI.4.1)

Body responsible for appeal procedures










Body responsible for mediation procedures










VI.4.2)

Lodging of appeals

Finance Wales will incorporate a minimum standstill period in compliance with the provisions of the Public Contracts Regulations 2015.

VI.4.3)

Service from which information about the lodging of appeals may be obtained










VI.5)

Dispatch date of this Notice

 30-11-2015

ANNEX A

Additional Addresses and Contact Points

I)

Address and contact points from which further information can be obtained



Finance Wales

Finance Wales, 1 Capital Quarter, Tyndall Street

Cardiff

CF10 4BZ

UK

Services

Sarah Patnett

+44 2920338100

procurement@financewales.co.uk

+44 2920338101
www.financewales.co.uk

II)

Address and contact points from which specifications and additional documentation may be obtained



Finance Wales

Finance Wales, 1 Capital Quarter, Tyndall Street

Cardiff

CF10 4BZ

UK

Services

Sarah Patnett

+44 2920338100

procurement@financewales.co.uk

+44 2920338101
www.financewales.co.uk

III)

Address and contact points to which Tenders/Requests to Participate must be sent



Finance Wales

Finance Wales, 1 Capital Quarter, Tyndall Street

Cardiff

CF10 4BZ

UK

Services

Sarah Patnett

+44 2920338100

procurement@financewales.co.uk

+44 2920338101
www.financewales.co.uk

Coding

Commodity categories

ID Title Parent category
72910000 Computer back-up services Computer back-up and catalogue conversion services
72541000 Computer expansion services Computer upgrade services
72140000 Computer hardware acceptance testing consultancy services Hardware consultancy services
72700000 Computer network services IT services: consulting, software development, Internet and support
72600000 Computer support and consultancy services IT services: consulting, software development, Internet and support
72610000 Computer support services Computer support and consultancy services
72820000 Computer testing services Computer audit and testing services
80533100 Computer training services Computer-user familiarisation and training services
72540000 Computer upgrade services Computer-related services
72510000 Computer-related management services Computer-related services
72590000 Computer-related professional services Computer-related services
72500000 Computer-related services IT services: consulting, software development, Internet and support
80533000 Computer-user familiarisation and training services Vocational training services
72611000 Technical computer support services Computer support services

Delivery locations

ID Description
1017 Bridgend and Neath Port Talbot
1022 Cardiff and Vale of Glamorgan
1015 Central Valleys (Merthyr Tydfil, Rhondda Cynon Taf)
1013 Conwy and Denbighshire
1020 East Wales
1023 Flintshire and Wrexham
1016 Gwent Valleys (Torfaen, Blaenau Gwent, Caerphilly)
1012 Gwynedd
1011 Isle of Anglesey
1021 Monmouthshire and Newport
1024 Powys
1014 South West Wales (Carmarthenshire, Pembrokeshire, Ceredigion)
1018 Swansea
100 UK - All
1000 WALES
1010 West Wales and The Valleys

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

Document family

Notice details
Publication date:
30 November 2015
Deadline date:
07 January 2016 00:00
Notice type:
Contract Notice
Authority name:
Development Bank of Wales
Publication date:
27 June 2016
Notice type:
Contract Award Notice
Authority name:
Development Bank of Wales

About the buyer

Main contact:
procurement@financewales.co.uk
Admin contact:
procurement@financewales.co.uk
Technical contact:
N/a
Other contact:
procurement@financewales.co.uk

Further information

Date Details
24/12/2015 19:29
ADDED FILE: Charges Spreadsheet
Please find attached the charges spreadsheet as referenced in the ITT but not included.

Postbox

The awarding buyer has indicated that it will accept electronic responses to this notice via the Tender Submission Postbox facility.

Submit your tender response electronically in a secure environment.

To create an electronic response please click the "Add to my interest list" button at the top of the page.

For more information on the Postbox Facility please refer to the user guide:

Q&A

Ask the buyer any questions you may have relating to this notice. To ask the buyer a question or questions please click the "View Questions and Answers" button.

Additional Documents

The following additional documents have been attached to this notice. To obtain these documents please select the individual file names below.

Current documents

docx
docx205.11 KB
This file may not be accessible.
xlsx
xlsx37.48 KB
This file may not be accessible.
docx
docx631.37 KB
This file may not be accessible.
docx
docx519.68 KB
This file may not be accessible.
docx
docx37.20 KB
This file may not be accessible.
docx
docx21.39 KB
This file may not be accessible.
vsdx
vsdx55.90 KB
This file may not be accessible.
xlsx
xlsx22.44 KB
This file may not be accessible.
xlsx
xlsx18.11 KB
This file may not be accessible.
xlsx
xlsx30.97 KB
This file may not be accessible.

Replaced documents

There are no previous versions of these documents.


0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.