Are you an ambitious procurement expert with recent publications? Check out the TED Ambassador award, our competition that aims to identify and reward research in the field of public procurement. Apply here by 28 April 2023.

Services - 299017-2018

11/07/2018    S131

United Kingdom-London: IT services: consulting, software development, Internet and support

2018/S 131-299017

Contract award notice

Results of the procurement procedure

Services

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1)Name and addresses
Official name: Defra Network eTendering Portal
Postal address: 17 Nobel House
Town: London
NUTS code: UK UNITED KINGDOM
Postal code: SW1P 3JR
Country: United Kingdom
Contact person: Grainne Cherry
E-mail: Grainne.Cherry@environment-agency.gov.uk
Telephone: +44 2072385921
Internet address(es):
Main address: https://www.gov.uk/government/organisations/department-for-environment-food-rural-affairs
Address of the buyer profile: https://www.gov.uk/government/organisations/department-for-environment-food-rural-affairs
I.2)Information about joint procurement
The contract is awarded by a central purchasing body
I.4)Type of the contracting authority
Ministry or any other national or federal authority, including their regional or local subdivisions
I.5)Main activity
Environment

Section II: Object

II.1)Scope of the procurement
II.1.1)Title:

Defra — UnITy Programme — Hosting and Application Support

Reference number: 2017/S 023-039662
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:

The Authority is procuring a contract for the delivery of Hosting and Application Support (‘H&AS’) Services (“the Contract”) to Defra, the Environment Agency (EA), Natural England (NE), Animal and Plant Health Agency (APHA), Marine Management Organisation (MMO) and Rural Payments Agency (RPA) (“the Core Defra Group”).

The remaining organisations within the wider Defra group (“Defra Group”) will be potential service recipients and may be added to the contract at a later date via change control.

The Contract will be delivered at locations situated within England Scotland and Wales.

The Contract is one of a suite of contracts collectively referred to as the “Unity” programme that will replace existing ICT Services which are currently delivered under separate contracts by two separate service suppliers to the Environment Agency and Defra.

II.1.6)Information about lots
This contract is divided into lots: no
II.1.7)Total value of the procurement (excluding VAT)
Value excluding VAT: 135 000 000.00 GBP
II.2)Description
II.2.2)Additional CPV code(s)
32410000 Local area network
48600000 Database and operating software package
48820000 Servers
50312000 Maintenance and repair of computer equipment
51612000 Installation services of information-processing equipment
72300000 Data services
72500000 Computer-related services
72600000 Computer support and consultancy services
72610000 Computer support services
72700000 Computer network services
72800000 Computer audit and testing services
72900000 Computer back-up and catalogue conversion services
II.2.3)Place of performance
NUTS code: UK UNITED KINGDOM
Main site or place of performance:

Multiple locations throughout the UK

II.2.4)Description of the procurement:

The contract will provide the whole range of Hosting and Application Support Services. These include implementation, provision, management and operation of:

— Data Centre (DC) site services,

— DC facilities management services,

— infrastructure services,

— platform services,

— application support and operations, and

— an appropriate service management layer to support the new Defra Group ICT Service Management Operating Model.

The Supplier will also provide a subset of H and AS Services in 150 distributed server rooms (“DSRs”).

The Supplier will provide continued access for approximately 21 000 end users to approximately 250 unique applications. These Services are hosted from 5 data centres and the DSRs. The applications support a diverse range of existing business services and are of varying age and complexity.

The Supplier will be required to interface and collaborate with other Unity suppliers to ensure delivery of an integrated ICT Service to end users.

The Contract scope will include a number of Optional Services including:

— project work associated with DSR rationalisation,

— project work associated with other Defra Group Programmes where there is a dependency on the H and AS services,

— Non-Core Defra Group organisations may be added as Service Recipients during the Contract Term,

— H and AS Services for any new or additional applications required to support business services across the Defra Group.

— Data Centre Catalogue services.

Applications Maintenance and Applications Development as defined in the Descriptive Document will be out of scope for this procurement.

The estimated contract value stated in section II.1.7 is the maximum estimated value. This assumes a 6-year contract term (i.e. it assumes that Defra invokes the one-year extension option) and includes the one-off costs associated with implementation. The estimate also includes provision for optional services, contingency

And for growth to allow for any additional Service Recipients who may join the Contract during its term.

II.2.5)Award criteria
Quality criterion - Name: Solution / Weighting: 28
Quality criterion - Name: Implementation / Weighting: 15
Quality criterion - Name: Sustainability / Weighting: 7
Quality criterion - Name: Commercial / Weighting: 10
Price - Weighting: 40
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
II.2.14)Additional information

The estimated contract value stated in section II.1.7 is the maximum estimated value. This assumes a 6-year contract term (i.e. it assumes that Defra invokes the one-year extension option) and includes the one-off costs associated with implementation, provision for optional services, contingency and growth to allow for any additional Service Recipients who may join the Contract during the term.

Section IV: Procedure

IV.1)Description
IV.1.1)Type of procedure
Competitive procedure with negotiation
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.8)Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: yes
IV.2)Administrative information
IV.2.1)Previous publication concerning this procedure
Notice number in the OJ S: 2016/S 081-144273
IV.2.8)Information about termination of dynamic purchasing system
IV.2.9)Information about termination of call for competition in the form of a prior information notice

Section V: Award of contract

Contract No: 039662
Title:

Defra-UnITy-Hosting and Application Support

A contract/lot is awarded: yes
V.2)Award of contract
V.2.1)Date of conclusion of the contract:
19/06/2018
V.2.2)Information about tenders
Number of tenders received: 7
Number of tenders received from tenderers from other EU Member States: 1
Number of tenders received by electronic means: 7
The contract has been awarded to a group of economic operators: no
V.2.3)Name and address of the contractor
Official name: Atos IT Services UK Limited
National registration number: 01245534
Postal address: Midcity Place, 71 High Holborn
Town: London
NUTS code: UK UNITED KINGDOM
Postal code: WC1V 6EA
Country: United Kingdom
The contractor is an SME: no
V.2.4)Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: 135 000 000.00 GBP
V.2.5)Information about subcontracting

Section VI: Complementary information

VI.3)Additional information:
VI.4)Procedures for review
VI.4.1)Review body
Official name: Royal Courts of Justice
Town: London
Postal code: WC1A 2LL
Country: United Kingdom
VI.4.2)Body responsible for mediation procedures
Official name: Royal Courts of Justice
Town: London
Postal code: WC1A 2LL
Country: United Kingdom
VI.4.3)Review procedure
Precise information on deadline(s) for review procedures:

OJEU procedures include a minimum 10 calendar day standstill period at the point information on the award of the contract is communicated to bidders. This period allows unsuccessful bidders to seek further debriefing from the contracting authority before the contract is entered into. If an appeal regarding the award of a contract

Has not been successfully resolved the Public Contracts Regulations 2006 (SI 2006 nº 5) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). Any such action must be brought promptly.

VI.5)Date of dispatch of this notice:
09/07/2018