Type of document: Pre-information procedures
Country: United Kingdom
OJEU Ref: (2017/S 034-062352/EN)
Nature of contract: Service contract
Procedure: Not applicable
Regulation of procurement: EU – with participation by GPA countries
Type of bid required: Not applicable
Prior information notice without call for competition
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1) Name addresses and contact point(s):
The Minister for the Cabinet Office acting through Crown Commercial Service
Rosebery Court, St Andrews Business Park
Norwich
Postal code: NR70HS
United Kingdom
Phone: +44 3450103503
Email: tem2@crowncommercial.gov.uk
Internet Address(es):
General address of the contracting authority:
Address of the buyer profile:
Further information can be obtained from: The above mentioned contact point(s)
I.2) Type of the contracting authority:
Ministry or any other national or federal authority, including their regional or local sub-divisions
I.3) Main activity:
OTHER: public procurement
I.4) Contract award on behalf of other contracting authorities/entities:
The contracting authority is purchasing on behalf of other contracting authorities: No
Section II.B: Object of the contract (Supplies or services):
II.1) Title attributed to the contract by the contracting authority/entity:
Technology Expense Management Service (TEM) RM3802.
II.2) Type of contract and place of delivery or of performance:
Service category: 7 Computer and related services
UK.
Nuts code: UK
II.3) Information on framework agreement:
II.4) Short description of nature and quantity or value of suppliers or services:
This document supersedes the PIN (309952-2016) released on 2.9.2016.
Crown Commercial Service (CCS) wishes to establish a Framework Agreement for the provision of Technology Expense Management (TEM) services for the benefit of UK public sector bodies, which include Central Government Departments and their Arm’s Length Bodies and Agencies, Non Departmental Public Bodies, NHS bodies, Local Authorities, Health, Police, Fire and Rescue, Education, Charities and Devolved Administrations.
The ‘competitive procedure with negotiation’ (regulation 29) process will used for this procurement.
The Services covered by this Procurement will be divided into 2 Lots; 1 for Central Government and 1 for Wider Public Sector. This split will allow us to provide a closer focus on the 2 customer markets and allow greater on-boarding capacity for each customer market sector. There will be 1 supplier for each lot.
The agreement duration under consideration is two years with flexible extension of up to a further 24 months. This is subject to change following further market engagement.
The solution will be required to support the management of a variety of technology and telecoms services.
A variety of TEM functions may be required (and could be separately ordered by the customer):
1. Historical Billing Audit;
2. Physical Audit;
3. Snapshot;
4. TEM:
i. Database;
ii. Load of TEM data;
iii. Reporting;
iv. Inventory;
v. Tariff optimisation;
vi. Benchmarking.
5. Personal Call Management (subject to service 4 being taken);
6. Tactical Provisioning/Ordering (subject to service 4 being taken);
7. Contact Services (A professional service to contact users to confirm the status of devices, users and services where these are not known, allowing the TEM provider to build an accurate inventory where one does not exist, or the data held is not complete) (subject to service 4 being taken).
One of the main objectives of this framework is to reduce public sector spend on telecoms by driving out waste and creating efficiencies of (at least) 20 % by deploying TEM to analyse and manage as much of this spend as possible.
Crown Commercial Service is planning to hold a Supplier Information Day on Wednesday 8.3.2017 in London (details will be provided to registered parties). The purpose of this event is to describe our needs and seek market engagement and feedback to further develop our requirement. Please register your interest by contacting CCS via:
E-mail: tem2@crowncommercial.gov.uk
Telephone: +44 345 010 3503
Although the potential TEM functional categories have been included in this document, Suppliers should be aware that Crown Commercial Service may change both the scope, scale and the structure of the contract as a result of market and customer engagement. Crown Commercial Service cannot guarantee that a call for competition will definitely take place.
All potential value figures stated in this document are estimates.
Based on our current project plan, we estimate that we will publish the contract notice on or around the 30.5.2017.
Further details of this procurement and our stakeholder engagement can be found here;
Estimated value excluding VAT:
Range: between 5 000 000 and 15 000 000 GBP
The contract is divided into lots: Yes. Tenders may be submitted for one or more lots
II.5) Common procurement vocabulary (CPV):
72000000, 79212000
II.6) Scheduled date for start of award procedures:
II.7) Information about Government Procurement Agreement (GPA):
The contract is covered by the Government Procurement Agreement (GPA): YES
II.8) Additional information:
The Authority intends to use an eTendering system in this procurement exercise and reserves the right to use an electronic auction.
Information about lots
Lot No: 1; Lot title: Lot A TEM for Central Government Departments
1) Short description: This lot will be for the provision of TEM services primarily to Central Government Departments and their Arm’s Length Bodies and Agencies and Non Departmental Public Bodies.In exception, should the demand for Lot B services outstrip the capacity of the Lot B provider, CCS may allow this Lot A to be used as a backup to Lot B for a period of time. We will agree the precise processes that we will use to manage this eventuality as part of the procurement process.The solution will be required to support the management of a variety of technology and telecoms services.A variety of TEM functions may be required:1. Historical Billing Audit;2. Physical Audit;3. Snapshot;4. TEM:— Database;— Load of TEM data;— Reporting;— Inventory;— Tariff optimisation;— Benchmarking.5. Personal Call Management (subject to service 4 being taken);6. Tactical Provisioning/Ordering (subject to service 4 being taken);7. Contact Services (subject to service 4 being taken).
2) Common procurement vocabulary (CPV):
3) Quantity or scope:
4) Indication about different date for start of award procedures and/or duration of contract:
5) Additional information about lots:
Lot No: 2; Lot title: Lot B Wider Public Sector
1) Short description: This lot will be for the provision of TEM services primarily to the Wider Public Sector, NHS bodies, Local Authorities, Health, Police, Fire and Rescue, Education and Devolved Administrations.In exception, should the demand for Lot A services outstrip the capacity of the Lot A provider, CCS may allow this Lot B to be used as a backup to Lot A for a period of time. We will agree the precise processes that we will use to manage this eventuality as part of the procurement process.The solution will be required to support the management of a variety of technology and telecoms services.A variety of TEM functions may be required:1. Historical Billing Audit;2. Physical Audit;3. Snapshot;4. TEM:— Database;— Load of TEM data;— Reporting;— Inventory;— Tariff optimisation;— Benchmarking.5. Personal Call Management (subject to service 4 being taken);6. Tactical Provisioning/Ordering (subject to service 4 being taken);7. Contact Services (subject to service 4 being taken).
2) Common procurement vocabulary (CPV):
3) Quantity or scope:
4) Indication about different date for start of award procedures and/or duration of contract:
5) Additional information about lots:
Section III: Legal, economic, financial and technical information
III.1) Conditions relating to the contract:
III.1.1) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.2) Conditions for participation:
III.2.1) Information about reserved contracts:
Section VI: Complementary information
VI.1) Information about European Union funds:
The contract is related to a project and/or programme financed by European Union funds: no.
VI.2) Additional information:
Crown Commercial Service use an eTendering System to conduct all of its procurements. You will need to be registered to use the eSourcing portal in order to participate in any CCS procurement opportunities.
If you have not yet registered on the eSourcing Suite, this can be done online at by following the link ‘Register for CCS eSourcing’. Please note that, to register, you must have a valid DUNS number (as provided by Dun and Bradstreet) for the organisation which you are registering, who will be entering into a contract if invited to do so. Full instructions for registration and use of the system can be found at:
Note that, by registering for the eSourcing Suite in this way, you will then be in a position to express an interest in any future procurements run by Crown Commercial Service.
For technical assistance on use of the e-Sourcing Suite please contact the Crown Commercial Service Support Desk email: eEnablement@crowncommercial.gov.uk.
VI.3) Information on general regulatory framework:
VI.4) Date of dispatch of this notice: 15.02.2017