By browsing our site you agree to our use of cookies. You will only see this message once. Find out more

MAG 480 Provision of Managed IT Services.

CONTRACT NOTICE

Services

SECTION I: CONTRACTING AUTHORITY

I.1)NAME, ADDRESSES AND CONTACT POINT(S)

Manchester Airport Group
3rd Floor
Contact: Revenue Group Procurement
Attn: Dean Moss
M90 1QX Manchester
UNITED KINGDOM
Tel. +44 1614892865

Internet address(es)

General address of the contracting authority www.magworld.co.uk

Address of the buyer profile www.tendersmart.com

Further information can be obtained at: As in above-mentioned contact point(s)

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained at: www.Tendersmart.com
5 Argosy Court, Scimitar Way, Whitley Business Park
Attn:
CV3 4GA Coventry
UNITED KINGDOM
Tel. +33 141900430

Tenders or requests to participate must be sent to: www.Tendersmart.com
5 Argosy Court, Scimitar Way, Whitley Business Park
Attn: Frederic Garat
CV3 4GA Coventry
UNITED KINGDOM
Tel. +33 141900430
E-mail:

I.2)TYPE OF THE CONTRACTING AUTHORITY AND MAIN ACTIVITY OR ACTIVITIES
Other Utilities/Aviation
Other Airport related activities
The contracting authority is purchasing on behalf of other contracting authorities No

SECTION II: OBJECT OF THE CONTRACT

II.1)DESCRIPTION
II.1.1)Title attributed to the contract by the contracting authority
MAG 480 Provision of Managed IT Services.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category: No 27

NUTS code UKD31

II.1.3)The notice involves
A public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)
Computer-related services. Managed services for information technology including a 24x7 service desk, first and second line technical support, ITIL based service management, service co-ordination, anti virus management, passenger display equipment and CCTV support.
II.1.6)Common procurement vocabulary (CPV)

72500000

II.1.7)Contract covered by the Government Procurement Agreement (GPA)
No
II.1.8)Division into lots
No
II.1.9)Variants will be accepted
Yes
II.2)QUANTITY OR SCOPE OF THE CONTRACT
II.2.1)Total quantity or scope
Provision of Managed IT Services for Manchester Airports Group which may include but not be limited to the following:
- a 24/7 operational service desk for MAG with European language skills, principally English, with the capability of providing short response times,
- onsite first line (desk-side) technical support at Manchester, Bournemouth and East Midlands airports,
- ITIL based service management functions - incident, problem, change, service coordination and service delivery management, management information, procedural documentation and knowledge management and continuous improvement program,
- service coordination - procurement, software partners, refer and manage calls to 3rd party suppliers, installs, moves and changes, income generation, billing & pre-sales,
- technical support services - second line, lotus notes administration, hardware support, security daily & weekly checks, event management, patch management,
- anti-virus management, technical updates, backup & restores,
- passenger information screen hardware support - normal & premium screen hardware support, installs, moves & changes, projector maintenance,
- CCTV support - support, CCTV administration & reporting, CCTV regulations & data protection act, refer and manage calls to 3rd party suppliers.
Additional Optional requirements:
- SQL Database Support - SQL database support, administration and reporting, maintenance & technical updates,
- Voice Support - Digital & Analogue voice technology, Integrated Voice Recorder (IVR), Automated Call Distribution (ACD),
- Project Consultancy - pool of appropriately trained technical resource for change facilitation,
- Service Provision Flexibility - MAG reserve the right, within regulation, to remove or add services to the overall provision depicted as Managed Service over the duration of this contract. The Service provider should be adaptable and flexible in their approach.
The Service Desk is currently hosted in North West England, and the majority of the other services are currently hosted at Manchester Airport's Information Services Management Centre, with the exception of the first line/desk-side support at Bournemouth and East Midlands (there is no on-site presence at Humberside). Management and second line technical support for the other airports within the group is mostly done remotely, with further on-site support provided from Manchester as-and-when required.
Approximate call volumes per calendar month for MAG are as follows:
- total ACD calls - 2 100,
- total emails received = 1 300,
- incidents raised - 1 800,
- requests for information - 900,
- minor changes - 980,
- major changes - 17,
- open problem records - 10.
Manchester Airport Group has previously adopted a Microsoft centric approach to both the desktop and server environment with a deployed 'thick client' customer base accessing local data centre hosted server applications. However, a decision to embrace server virtualisation and the introduction of the Microsoft Windows 2008R2 Hyper-V technical platform will result in a planned rollout of 'thin provisioned' applications in lieu of the traditional 'fat client' approach. MAG may also wish to embrace cloud-based services in addition to traditional on-premise services.
Current hardware estate across MAG (please note numbers are approximate):
- desktops - 2 100,
- laptops - 365,
- single use workstations - 300,
- thin clients - 900,
- physical servers - 240,
- virtual servers - 86,
- SANs - 8,
- local printers - 310.
Excluding VAT
Range between 10 000 000 and 50 000 000 GBP
II.2.2)Options
No
II.3)DURATION OF THE CONTRACT OR TIME-LIMIT FOR COMPLETION
Duration in months: 48 (from the award of the contract)

SECTION III: LEGAL, ECONOMIC, FINANCIAL AND TECHNICAL INFORMATION

III.1)CONDITIONS RELATING TO THE CONTRACT
III.1.1)Deposits and guarantees required
Refer to tender documents.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions regulating them
Refer to tender documents.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded
Joint and several liability.
Incorporated company.
III.1.4)Other particular conditions to which the performance of the contract is subject
No
III.2)CONDITIONS FOR PARTICIPATION
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if requirements are met: (a) is bankrupt or is being wound up, where his affairs are being administered by the court, where he has entered into an arrangement with creditors, where he has suspended business activities or is in any analogous situation arising from a similar procedure under national laws and regulations;
(b) is the subject of proceedings for a declaration of bankruptcy, for an order for compulsory winding up or administration by the court or of an arrangement with creditors or of any other similar proceedings under national laws and regulations;
(c) has been convicted by a judgement which has he force of res judicata in accordance with the legal provisions of the country of any offence concerning his professional conduct;
(d) has been guilty of grave professional misconduct proven by ay means which the contracting authorities can demonstrate;
(e) has not fulfilled obligations relating to the payment of social security contributions in accordance with the legal provisions of the country in which he is established or with those of the country of the contracting authority;
(f) has not fulfilled obligations relating to the payment of taxes in accordance with the legal provisions of the country in which he is established or with those of the country of the contracting authority;
(g) is guilty of serious misrepresentation in supplying the information required under this section or has not supplied such information;
(h) has been the subject of a conviction for participation in a criminal organisation as defined in Article 2(1) of Council Joint Action 98/733/JHA;
(i) has been the subject of a conviction for corruption, as defined in Article 3 of the Council Act of 26.5.1972 and Article 3(1) of Council Joint Action 98/742/JHA3 respectively;
(j) has been the subject of a conviction for fraud within the meaning of Article 1 of the Convention relating to the protection of the financial interests of the European Communities;
(k) has been the subject of a conviction for money laundering, as defined in Article 1 of Council Directive 91/308/EEC of 10.6.1991 on prevention of the use of the financial system for the purpose of money laundering.
A written statement regarding the matters detailed above must be submitted as part of the expression of interest.
III.2.2)Economic and financial capacity
Information and formalities necessary for evaluating if requirements are met: (a) appropriate statements from banks or, where appropriate, evidence of relevant professional risk indemnity insurance;
(b) the presentation of balance-sheets or extracts from the balance-sheets, where publication of the balance-sheet is required under the law of the country in which the economic operator is established;
(c) a statement of the undertaking's overall turnover and, where appropriate, of turnover in the area covered by the contract for a maximum of the last 3 financial years available, depending on the date on which the undertaking was set up or the economic operator started trading, as far as the information on these turnovers is available.
All companies expressing an interest must have an annual turnover of at least 15 000 000 GBP for each of the last 3 years for installation and support related service activities.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if requirements are met:
(f) the educational and professional qualifications of the service provider or contractor and/or those of the undertaking's managerial staff and, in particular, those of the person or persons responsible for providing the services or managing the work;
(g) for public works contracts and public services contracts, and only in appropriate cases, an indication of the environmental management measures that the economic operator will be able to apply when performing the contract;
(h) a statement of the average annual manpower of the service provider or contractor and the number of managerial staff for the last 3 years.

Expressions of interest must be made via www.tendersmart.com. The Pre-Qualification Questionnaire available at this portal must be fully completed and uploaded along with all requested documentation, back onto the tendersmart portal by the expiry date of this notice.

III.2.4)Reserved contracts
No
III.3)CONDITIONS SPECIFIC TO SERVICES CONTRACTS
III.3.1)Execution of the service is reserved to a particular profession
No
III.3.2)Legal entities should indicate the names and professional qualifications of the staff responsible for the execution of the service
No

SECTION IV: PROCEDURE

IV.1)TYPE OF PROCEDURE
IV.1.1)Type of procedure
Negotiated
Candidates have already been selected No
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Envisaged minimum number 4 maximum number 10
Objective criteria for choosing the limited number of candidates: As set out in the Pre Qualification Questionnaire.
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated Yes
IV.2)AWARD CRITERIA
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)An electronic auction will be used
Yes

The contracting entity reserves the right to process some or all of this tender electronically. This tender will be initially processed via http://www.tendersmart.com/. Please refer to this site for terms and conditions. A pre-qualification questionnaire (PQQ) is available on-line at http://www.tendersmart.com.Your expression of interest must include a completed PQQ document and this should be uploaded to this website along with all requested documentation. Negotiation may take place via an electronic auction or sealed bid process. Suppliers should provide accurate e-mail contact details of their primary contact by registering on the Tendersmart website: http://www.tendersmart.com/ Supplier Registration menu. There is no cost associated with this registration. However should your company proceed to a bid or auction event then costs from 100 EUR to 2 000 EUR per event will apply; depending on the amount of the market; or 3 000 EUR for an annual subscription fee could apply, for you to bid for an unlimited number of events within a one year period. If you are already registered with Tendersmart and have paid an annual fee, then no additional charges will apply for this event if the closure date of the event does not exceed a period of one year from your annual fee payment date. Please note that all times indicated on the tendersmart.com website are in Central European Time (CET) which is 1 hour ahead of UK GMT. Expressions of Interest should only be submitted from companies that can demonstrate in-house expertise in delivering the services described and in line with the pre-qualification questionnaire. The Contracting Authority may decide to combine its requirements with one or more other Contracting Authorities and in those circumstances will inform suppliers accordingly. Other Contracting Authorities will be member airports of www.tendersmart.com (see website for further details).

IV.3)ADMINISTRATIVE INFORMATION
IV.3.1)File reference number attributed by the contracting authority
MAG 480
IV.3.2)Previous publication(s) concerning the same contract
No
IV.3.3)Conditions for obtaining specifications and additional documents
Time limit for receipt of requests for documents or for accessing documents 4.7.2011 - 09:00
Payable documents
price 2 000,0 GBP
Terms and method of payment: Please refer to the Tendersmart website for details.
IV.3.4)Time-limit for receipt of tenders or requests to participate
5.7.2011 - 10:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
1.8.2011
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening tenders

SECTION VI: COMPLEMENTARY INFORMATION

VI.1)THIS IS A RECURRENT PROCUREMENT
No
VI.2)CONTRACT RELATED TO A PROJECT AND/OR PROGRAMME FINANCED BY EU FUNDS
No
VI.3)ADDITIONAL INFORMATION

All expressions of interest including the completed pre-qualification questionnaire and associated documentation should be submitted via tendersmart.com and must be electronically posted at https://www.tendersmart.com by the deadline of 12:00hrs GMT on the 13.6.2011. Where deemed appropriate, the contracting entity reserves the option to extend this contract by incremental extensions of a minimum of 2 years up to a maximum of 4 years at the contracting entities entire discretion. GO Reference: GO-201161-PRO-2399317.

VI.4)PROCEDURES FOR APPEAL
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)DATE OF DISPATCH OF THIS NOTICE:
1.6.2011

Other interesting websites