Services - 375794-2014

Display compact view

04/11/2014    S212

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

2014/S 212-375794

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

I.1)Name, addresses and contact point(s)

Official name: The Minister for the Cabinet Office acting through Crown Commercial Service
Postal address: Rosebery Court, St Andrews Business Park
Town: Norwich
Postal code: NR7 0HS
Country: United Kingdom
E-mail: supplier@ccs.gsi.gov.ukeenablement@ccs.gsi.gov.uk
Telephone: +44 3450103503

Internet address(es):

General address of the contracting authority: http://ccs.cabinetoffice.gov.uk

Address of the buyer profile: https://gpsesourcing.cabinetoffice.gov.uk

Further information can be obtained from:
The above mentioned contact point(s)

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from:
The above mentioned contact point(s)

Tenders or requests to participate must be sent to:
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
The contracting authority is purchasing on behalf of other contracting authorities: yes

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Technology services.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 7: Computer and related services
Main site or location of works, place of delivery or of performance: Primarily in the UK with some limited requirements overseas.

NUTS code UK UNITED KINGDOM

II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves the establishment of a framework agreement
II.1.4)Information on framework agreement
Framework agreement with several operators
Number of participants to the framework agreement envisaged: 999

Duration of the framework agreement

Duration in months: 18

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

Estimated value excluding VAT:
Range: between 100 000 000 and 200 000 000 GBP
II.1.5)Short description of the contract or purchase(s)
Crown Commercial Service as the Contracting Authority is putting in place a Pan Government Collaborative Framework Agreement for use by UK public sector bodies identified at VI.3 (and any future successors to these organisations), which include Central Government Departments and their Arm's Length Bodies and Agencies, Non Departmental Public Bodies, NHS bodies and Local Authorities.
The above Public Sector Bodies have a need for a new technology services framework agreement which will deliver local, regional and national technology services through the proposed lots below.
We are particularly looking for specialist suppliers who can provide the services under individual lots as well as suppliers who can provide multiple services.
Lot 1 Help desk/Service desk
Lot 2 Desktop Support
Lot 3 Network Management
Lot 4 Network and content security
Lot 5 Infrastructure and Platform, Maintenance and Support
Lot 6 Audit services and Asset management
Lot 7 IT Infrastructure Transition Services and Delivery
Lot 8 Service Integration/Service Integrator
Lot 9 Disaster Recovery/ Business Continuity
Lot 10 Back up and Data Services
Lot 11 Asset Disposal
II.1.6)Common procurement vocabulary (CPV)

72000000 IT services: consulting, software development, Internet and support, 72500000 Computer-related services

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)Lots
This contract is divided into lots: yes
Tenders may be submitted for one or more lots
II.1.9)Information about variants
Variants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
Estimated value excluding VAT:
Range: between 100 000 000 and 200 000 000 GBP
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Duration in months: 18 (from the award of the contract)

Information about lots

Lot No: 1 Lot title: Help desk/Service desk
1)Short description
The single point of contact between a service provider and users within an organisation. A typical service desk manages Incidents and service requests, and also handles communication with the users.
2)Common procurement vocabulary (CPV)

72500000 Computer-related services

3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
The Framework Agreement duration is for eighteen (18) months however the Contracting Authority reserves the right to extend the duration of this Framework Agreement for any period up to a maximum of six (6) months from the expiry of the Initial Term.
Lot No: 2 Lot title: Desktop Support
1)Short description
Desktop support is the technical services offered by a support organisation to a user or users experiencing problems with their computers. Support may be on either hardware or software running on the affected computing device. Support may include but is not limited to: IMACD, and local remote services.
2)Common procurement vocabulary (CPV)

72500000 Computer-related services

3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
The Framework Agreement duration is for eighteen (18) months however the Contracting Authority reserves the right to extend the duration of this Framework Agreement for any period up to a maximum of six (6) months from the expiry of the Initial Term.
Lot No: 3 Lot title: Network Management
1)Short description
Network management is a set of hardware and/or software tools that allow an IT organisation to supervise the individual components of a network within a larger network management framework. Network management system components assist with but are not limited to: network device discovery; network device monitoring; network performance analysis and intelligent notifications.
2)Common procurement vocabulary (CPV)

72500000 Computer-related services

3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
The Framework Agreement duration is for eighteen (18) months however the Contracting Authority reserves the right to extend the duration of this Framework Agreement for any period up to a maximum of six (6) months from the expiry of the Initial Term.
Lot No: 4 Lot title: Network and content security
1)Short description
Managed network security services are tasks or processes related to network security. Which can include but are not limited to:- device management; monitoring and remediation; email security' including anti-spam, anti-malware and IP filtering; network intrusion detection and prevention; asset classification and change management; data leak protection, and the creation of access control policies.
2)Common procurement vocabulary (CPV)

72500000 Computer-related services

3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
The Framework Agreement duration is for eighteen (18) months however the Contracting Authority reserves the right to extend the duration of this Framework Agreement for any period up to a maximum of six (6) months from the expiry of the Initial Term.
Lot No: 5 Lot title: Infrastructure and platform, maintenance and support
1)Short description
Manage all library infrastructure hardware and software operations, including server and storage systems. Support production applications, whether open source, developed in-house, or third party.
Breakfix — Focused on servers and storage.
Platform support and maintenance is the management of hardware and software architecture in order to allow applications to operate.
Platforms can include one or several of the following hardware and/or software components: — hardware architecture; operating systems; programming languages and frameworks; runtime libraries; application servers; databases; other middle-ware products.
2)Common procurement vocabulary (CPV)

72500000 Computer-related services

3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
The Framework Agreement duration is for eighteen (18) months however the Contracting Authority reserves the right to extend the duration of this Framework Agreement for any period up to a maximum of six (6) months from the expiry of the Initial Term.
Lot No: 6 Lot title: Audit services and asset management
1)Short description
Asset management is a service that offers systematic and independent examination of data, statements, records, operations and performances (financial or otherwise) of IT Software and Hardware
Audit services are formal inspections and verifications to check whether a Standard or set of Guidelines is being followed, that Records are accurate, or that Efficiency and Effectiveness targets are being met.
2)Common procurement vocabulary (CPV)

72500000 Computer-related services

3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
The Framework Agreement duration is for eighteen (18) months however the Contracting Authority reserves the right to extend the duration of this Framework Agreement for any period up to a maximum of six (6) months from the expiry of the Initial Term.
Lot No: 7 Lot title: IT Infrastructure Transition Services and Delivery
1)Short description
IT Infrastructure Transition Services is to assist customers when they need to move, re-build or re-deploy IT services from one organisation to another. Service Transition also makes sure that changes to services and Service Management processes between existing and new service provider are carried out in a coordinated way.
2)Common procurement vocabulary (CPV)

72500000 Computer-related services

3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
The Framework Agreement duration is for eighteen (18) months however the Contracting Authority reserves the right to extend the duration of this Framework Agreement for any period up to a maximum of six (6) months from the expiry of the Initial Term.
Lot No: 8 Lot title: Service Integration/Service Integrator
1)Short description
IT Service Integration is to manage enterprise IT services delivered by multiple suppliers across different delivery models in one integrated enterprise service management process. IT Service Integration should address the following key challenges many customers struggle with:
— Complexity, managing their internal and external suppliers within multi sourcing environments
— Cost and Effort, ensuring lower costs and improved performance are not losing ground to increased effort in effective supplier management
— Transparency, ensuring there is end-to-end and cross-supplier service transparency with clear and consistent or unclear service reports
— Roles and Responsibilities are clear and risks are managed to ensure no compromising contractual terms and conditions, regulatory non-compliance, or interrupted service provision
— Compliance with contractual agreements, regulatory requirements, industry standards and business objectives.
2)Common procurement vocabulary (CPV)

72500000 Computer-related services

3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
The Framework Agreement duration is for eighteen (18) months however the Contracting Authority reserves the right to extend the duration of this Framework Agreement for any period up to a maximum of six (6) months from the expiry of the Initial Term.
Lot No: 9 Lot title: Disaster Recovery/ Business Continuity
1)Short description
Disaster recovery policies and procedures that are related to preparing for recovery or continuation of technology infrastructure which are vital, to an organisations business continuity, after a natural or human-induced disaster. This service will include but not be limited to; Resilience testing, Recovery testing and planning and Contingency planning and support.
2)Common procurement vocabulary (CPV)

72500000 Computer-related services

3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
The Framework Agreement duration is for eighteen (18) months however the Contracting Authority reserves the right to extend the duration of this Framework Agreement for any period up to a maximum of six (6) months from the expiry of the Initial Term.
Lot No: 10 Lot title: Back up and Data Services
1)Short description
A remote, on-line, or managed backup service, provides users with a system for the backup, storage, and recovery of computer files. On-line backup organisations will provide this type of service to end users.
2)Common procurement vocabulary (CPV)

72500000 Computer-related services

3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
The Framework Agreement duration is for eighteen (18) months however the Contracting Authority reserves the right to extend the duration of this Framework Agreement for any period up to a maximum of six (6) months from the expiry of the Initial Term.
Lot No: 11 Lot title: Asset Disposal
1)Short description
A computer recycling service that offers but is not limited to include: — data destruction to UK Government CESG standards with certificated proof of erasure for every hard drive or data bearing asset; a managed IT disposal service that can be fully integrated with roll-out programmes and other service partners; full audit trail with itemised reporting; IT disposal services are WEEE Compliant.
2)Common procurement vocabulary (CPV)

72500000 Computer-related services

3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
The Framework Agreement duration is for eighteen (18) months however the Contracting Authority reserves the right to extend the duration of this Framework Agreement for any period up to a maximum of six (6) months from the expiry of the Initial Term.

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
Participants will be advised if this is necessary during the procurement. Parent company and/or other guarantees of performance and financial liability may be [required by Crown Commercial Service] [proposed by participants] if considered appropriate.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
No special legal form is required but if a contract is awarded to a consortium, the Contracting Authority may require the consortium to form a legal entity before entering into the Framework Agreement.
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: 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 the requirements are met: Candidates will be assessed in accordance with Part 4 of the Public Contracts Regulations 2006, as amended (implementing Title II, Chapter V11, Section 2 of Directive 2004/18/EC), on the basis of information provided in response to an Invitation to Tender (“ITT”).
[Project Specific — please delete the following text if not using the eSourcing tool and replace with guidance on expressing an interest]
This procurement will be managed electronically via the Crown Commercial Service's e-Sourcing Suite. To participate in this procurement, participants must first be registered on the e-Sourcing Suite.

If you have not yet registered on the eSourcing Suite, this can be done on-line at https://gpsesourcing.cabinetoffice.gov.uk 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 http://ccs.cabinetoffice.gov.uk/i-am-supplier/respond-tender

Once you have registered on the eSourcing Suite, a registered user can express an interest for a specific procurement. This is done by emailing expressionofinterest@ccs.gsi.gov.uk

Your email must clearly state: the name and reference for the procurement you wish to register for; the name of the registered supplier; and the name and contact details for the registered individual sending the email. Crown Commercial Service will process the email and then enable the supplier to access the procurement on-line via the e-Sourcing Suite. The registered user will receive a notification email to alert them once this has been done.
As a user of the e-Sourcing Suite you will have access to Emptoris email messaging service which facilitates all messages sent to you and from you in relation to any specific RFX event. Please note it is your responsibility to access these emails on a regular basis to ensure you have sight of all relevant information.

For technical assistance on use of the e-Sourcing Suite please contact Crown Commercial Service Support Desk email: eenablement@ccs.gsi.gov.uk

Responses must be published by the date in IV.3.4.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: Candidates will be assessed in accordance with Part 4 of the Public Contracts Regulations 2006, as amended (implementing Title II, Chapter V11, Section 2 of Directive 2004/18/EC), on the basis of information provided in response to an ITT.

The ITT can be accessed at: https://gpsesourcing.cabinetoffice.gov.uk using the instructions detailed in III.2.1

The Contracting Authority is not conducting financial checks for appointment to the Framework Agreement. Financial checks may be performed by the Contracting Bodies at the time of Call-Off prior to award.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
Candidates will be assessed in accordance with Part 4 of the Public Contracts Regulations 2006, as amended (implementing Title II, Chapter V11, Section 2 of Directive 2004/18/EC), on the basis of information provided in response to an ITT.

The ITT can be accessed at: https://gpsesourcing.cabinetoffice.gov.uk using the instructions detailed in III.2.1

The Contracting Authority may have regard to any of the following means in its assessment:
(a) an assessment of the services proposed by the Supplier, the Contracting Authority will publish the service descriptions that suppliers are required to make visible as part of their service definitions entries as part of the ITT;
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
Execution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the service
Legal persons 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
Open
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
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)Information about electronic auction
An electronic auction will be used: yes
Additional information about electronic auction: Crown Commercial Service reserves the right to conduct an electronic auction at the Invitation to Tender (ITT) stage of this procurement. In such instances information will be provided to the Bidders as part of the ITT documentation.
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
RM1058
IV.3.2)Previous publication(s) concerning the same contract

Prior information notice

of 28.3.2014
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
16.12.2014 - 15:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
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
in days: 180 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening of tenders
Date: 16.12.2014 - 15:01

Place:

Electronically, via web-based portal

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information
Potential suppliers should note that, in accordance with the UK Government's policies on transparency, Crown Commercial Service intends to publish the Invitation to Tender (ITT) document and the text of any Framework Agreement awarded, subject to possible redactions at the discretion of Crown Commercial Service. The terms of the proposed Framework Agreement will also permit a public sector contracting authority, awarding a contract under this Framework Agreement, to publish the text of that contract, subject to possible redactions at the discretion of the contracting authority. Further information on transparency can be found at:

http://ccs.cabinetoffice.gov.uk/about-government-procurement-service/transparency-and-accountability/transparency-procurement

The Contracting Authority expressly reserves the right (i) not to award any contract as a result of the procurement process commenced by publication of this notice; and (ii) to make whatever changes it may see fit to the content and structure of the tendering competition; and in no circumstances will the Contracting Authority be liable for any costs incurred by the candidates. If the Contracting Authority decides to enter into a Framework Agreement with the successful supplier, this does not mean that there is any guarantee of subsequent contracts being awarded. Any expenditure, work or effort undertaken prior to contract award is accordingly a matter solely for the commercial judgement of potential suppliers. Any orders placed under this Framework Agreement will form a separate contract under the scope of this Framework between the supplier and the specific requesting other contracting body. The Contracting Authority and other contracting bodies utilising the Framework reserve the right to use any electronic portal during the life of the agreement.
The duration referenced in Section II.1.4 is for the placing of orders.
The value provided in Section II.1.4 is only an estimate. We cannot guarantee to suppliers any business through this framework agreement.
Crown Commercial Service wishes to establish a Framework Agreement for use by the following UK public sector bodies (and any future successors to these organisations):
Central Government Departments, Local Government and Public Corporations that can be accessed at the Public Sector Classification Guide:

http://www.ons.gov.uk/ons/rel/na-classification/national-accounts-sector-classification/index.html

Local Authorities

http://openlylocal.com/councils/all

www.ubico.co.uk Agent acting on behalf of Cheltenham Borough Council.

NDPBs

https://www.gov.uk/government/organisations

National Parks Authorities

http://www.nationalparks.gov.uk/

Educational Establishments in England and Wales, maintained by the Department
for Children, Schools and Families including Schools, Universities and Colleges but not Independent Schools

http://www.education.gov.uk/edubase/home.xhtml

Police Forces in the United Kingdom

http://www.police.uk/?view=force_sites

http://apccs.police.uk/about-the-apcc/

Fire and Rescue Services in the United Kingdom

http://www.fireservice.co.uk/information/ukfrs

http://www.nifrs.org/areas-districts/

http://www.firescotland.gov.uk/your-area.aspx

NHS Bodies England

http://www.nhs.uk/ServiceDirectories/Pages/AcuteTrustListing.aspx

http://www.nhs.uk/ServiceDirectories/Pages/MentalHealthTrustListing.aspx

http://www.nhs.uk/ServiceDirectories/Pages/CareTrustListing.aspx

http://www.nhs.uk/ServiceDirectories/Pages/AmbulanceTrustListing.aspx

http://www.nhs.uk/ServiceDirectories/Pages/SpecialHealthAuthorityListing.aspx

http://www.nhs.uk/ServiceDirectories/Pages/OtherListing.aspx

Hospices in the UK

http://www.helpthehospices.org.uk/about-hospice-care/find-a-hospice/uk-hospice-and-palliative-care-services/

Registered Social Landlords (Housing Associations)
Third Sector and Charities in the United Kingdom

http://www.charitycommission.gov.uk/find-charities/

http://www.oscr.org.uk/search-charity-register/

https://www.charitycommissionni.org.uk/ShowCharity/RegisterOfCharities/RegisterHomePage.aspx

Citizens Advice in the United Kingdom

http://www.citizensadvice.org.uk/index/getadvice.htm

www.cas.org.uk

http://www.citizensadvice.co.uk/

Scottish Public Bodies
The framework agreement will be available for use by any Scottish Public Sector Body: the Authority; Scottish Non-Departmental Public Bodies; offices in the Scottish Administration which are not ministerial offices; cross-border public authorities within the meaning of section 88(5) of the Scotland Act 1998; the Scotland Office; the Scottish Parliamentary Corporate Body; councils constituted under section 2 of the Local Government etc. (Scotland) Act 1994 (except where they are acting in their capacity as educational authority); Scottish joint fire boards or joint fire and rescue boards; Scottish joint police boards or any successor National Police or Fire Authority; Scottish National Park authorities, bodies registered as social landlords under the Housing (Scotland) Act 2001, Scottish health boards or special health boards, Student Loans Company Limited, Northern Lighthouse Board, further or higher education institutions being fundable bodies within the meaning of section 6 of the Further and Higher Education (Scotland) Act 2005 any public body established by or under the Scotland Act 1998 or any Act of the Scottish Parliament, any association of or formed by one or more of the foregoing, bodies financed wholly or mainly by one or more of the foregoing, bodies subject to management supervision by one or more of the foregoing and bodies more than half of the board of directors or members of which, or, in the case of a group of individuals, more than half of those individuals, being appointed by one or more of the foregoing.
Scottish Government

http://www.scotland.gov.uk/Home

Scottish Parliament http://www.scottish.parliament.uk/abouttheparliament/27110.aspx

Scottish Public Services Ombudsman
Scottish Information Commissioner
Commissioner for Children and Young People in Scotland
Scottish Commission for Human Rights
Commission for Ethical Standards in Public Life in Scotland
Standards Commission for Scotland
Scottish Local Authorities

http://www.scotland.gov.uk/About/Government/councils

http://www.scotland-excel.org.uk/home/AboutUs/OurMembers/AssociateMembers.aspx

Scottish Agencies, NDPBs

http://www.scotland.gov.uk/Topics/Government/public-bodies/about/Bodies

Scottish NHS Bodies

http://www.scotland.gov.uk/Topics/Health/NHS-Workforce/NHS-Boards

Scottish Further and Higher Education Bodies

http://www.universities-scotland.ac.uk/index.php?page=members

http://www.sfc.ac.uk/aboutus/council_funded_institutions/WhoWeFundColleges.aspx

Scottish Police

http://www.scotland.police.uk/your-community/

Scottish Housing Associations

http://www.sfha.co.uk/component/option,com_membersdir/Itemid,149/view,membersdir/

The Scotland Office

http://www.scotlandoffice.gov.uk/scotlandoffice/33.30.html

Registered Social Landlords (Housing Associations) - Scotland

http://www.esystems.scottishhousingregulator.gov.uk/register/reg_pub_dsp.search

Scottish Schools
Primary Schools

http://www.ltscotland.org.uk/scottishschoolsonline/index.asp?schoolsearchstring=&addresssearchstring=&authority=&strTypes=isprimaryschool&bSubmit=1&Submit=Search

Secondary Schools

http://www.ltscotland.org.uk/scottishschoolsonline/index.asp?schoolsearchstring=&addresssearchstring=&authority=&strTypes=issecondaryschool&bSubmit=1&Submit=Search

Special Schools

http://www.ltscotland.org.uk/scottishschoolsonline/index.asp?schoolsearchstring=&addresssearchstring=&authority=&strTypes=isspecial&bSubmit=1&Submit=Search

Scottish Public Bodies
National Records of Scotland
Historic Scotland
Disclosure Scotland
Registers of Scotland
Scottish Qualification Authority
Scottish Courts Service
Scottish Prison Service
Transport Scotland
The Scottish Government Core Directorates
Highlands and Islands Enterprise
Crown Office & Procurator Fiscal Service
Scottish Police Authority
National Museums of Scotland
Scottish Children's Reporter Administration
Scottish Enterprise
Scottish Environment Protection Agency
Scottish Legal Aid Board
Scottish Natural Heritage
Skills Development Scotland
Visit Scotland
Aberdeen City Council
Aberdeenshire Council
Angus Council
Argyll and Bute Council
City of Edinburgh Council
Clackmannanshire Council
Comhairle nan Eilean Siar
Dumfries and Galloway Council
Dundee City Council
East Ayrshire Council
East Dunbartonshire Council
East Lothian Council
East Renfrewshire Council
Falkirk Council
Fife Council
Glasgow City Council
Highland Council
Inverclyde Council
Midlothian Council
Moray Council, The
North Ayrshire Council
North Lanarkshire Council
Orkney Islands Council
Perth and Kinross Council
Renfrewshire Council
Scottish Borders Council
Shetland Islands Council
South Ayrshire Council
South Lanarkshire Council
Stirling Council
West Dunbartonshire Council
West Lothian Council
Central Scotland Fire and Rescue Service
Dumfries and Galloway Fire and Rescue Service
Fife Fire and Rescue Service
Grampian Fire and Rescue Service
Highlands and Islands Fire and Rescue Service
Lothian and Borders Fire and Rescue Service
Strathclyde Fire and Rescue Service
Tayside Fire and Rescue Service
Golden Jubilee Hospital (National Waiting Times Centre Board)
NHS 24
NHS Ayrshire and Arran
NHS Borders
NHS Dumfries and Galloway
NHS Education for Scotland
NHS Fife
NHS Forth Valley
NHS Grampian
NHS Greater Glasgow and Clyde
NHS Health Scotland
NHS Highland
NHS Lanarkshire
NHS Lothian
NHS Orkney
Healthcare Improvement Scotland
NHS Shetland
NHS Tayside
NHS Western Isles
Scottish Ambulance Service
The Common Services Agency for the Scottish Health Service
The State Hospital for Scotland
Aberdeen College
Adam Smith College
Angus College
Anniesland College
Ayr College
Banff and Buchan College
Barony College
Borders College
Cardonald College
Carnegie College
Central College of Commerce
Clydebank College
Coatbridge College
Cumbernauld College
Dumfries and Galloway College
Dundee College
Edinburghs Telford College
Elmwood College
Forth Valley College
Glasgow College of Nautical Studies
Glasgow Metropolitan College
Inverness College
James Watt College
Jewel and Esk College
John Wheatley College
Kilmarnock College
Langside College
Lews Castle College
Moray College
Motherwell College
Newbattle Abbey College
North Glasgow College
North Highland College
Oatridge College
Orkney College
Perth College
Reid Kerr College
Sabhal Mor Ostaig
Shetland College
South Lanarkshire College
Stevenson College
Stow College
West Lothian College
Edinburgh College of Art
Edinburgh Napier University
Glasgow Caledonian University
Glasgow School of Art
Heriot-Watt University
Queen Margaret University
Robert Gordon University
Royal Scottish Academy of Music and Drama
Scottish Agricultural College
UHI Millennium Institute
University of Aberdeen
University of Abertay Dundee
University of Dundee
University of Edinburgh
University of Glasgow
University of St Andrews
University of Stirling
University of Strathclyde
University of the West of Scotland
Cairngorms National Park Authority
Office of Scottish Charity Regulator
Forestry Commission Scotland
Audit Scotland
Welsh Public Bodies
National Assembly for Wales, Welsh Assembly Government and Welsh Local Authorities, and all bodies covered by:

http://www.assemblywales.org/abthome/abt-links.htm

http://new.wales.gov.uk/about/civilservice/directorates/?lang=en

NHS Wales

http://www.wales.nhs.uk/ourservices/directory

Housing Associations — Registered Social Landlords Wales
NI Public Bodies
Northern Ireland Government Departments

http://www.northernireland.gov.uk/gov.htm

Northern Ireland Public Sector Bodies and Local Authorities

http://www.northernireland.gov.uk/az2.htm

Schools in Northern Ireland

http://www.nidirect.gov.uk/index/search.lsim?sr=0&nh=10&cs=iso-8859-1&sc=nidirect-cms&sm=0&mt=1&ha=nidirect-cms&cat=Banner&qt=SCHOOLS

Universities in Northern Ireland

http://www.deni.gov.uk/links.htm#colleges

Health and Social care in Northern Ireland

http://www.hscni.net/index.php?link=hospitals

http://www.hscni.net/index.php?link=boards

http://www.hscni.net/index.php?link=agencies

http://www.hscni.net/index.php?link=councils

Northern Ireland Housing Associations

http://www.nidirect.gov.uk/index/contacts/contacts-az.htm/housing-associations-contact

Police Service of Northern Ireland

http://www.psni.police.uk/index.htm

From 2nd April 2014 the Government is introducing its new Government Security Classifications (GSC) classification scheme to replace the current Government Protective Marking Scheme (GPMS). A key aspect of this is the reduction in the number of security classifications used. All potential suppliers should make themselves aware of the changes as it may impact on this Requirement. The link below to the Gov.uk website provides information on the new GSC:

https://www.gov.uk/government/publications/government-security-classifications

Please refer to the CCS website:

http://ccs.cabinetoffice.gov.uk/i-am-supplier/supplier-guidance-supporting-information/complaints-during-procurement-process

for information about how complaints are handled during the procurement process.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures

Official name: Minister for the Cabinet Office acting through Crown Commercial Service
Postal address: Rosebery Court, St Andrews Business Park
Town: Norwich
Postal code: NR7 0HS
Country: United Kingdom
E-mail: supplier@ccs.gsi.gov.uk
Telephone: +44 3450103503
Internet address: http://ccs.cabinetoffice.gov.uk

VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: There is no right of appeal in this procurement. If you have a complaint or seek to challenge the outcome, please follow the guidance on procedure contained in the previous section.
VI.4.3)Service from which information about the lodging of appeals may be obtained

Official name: Minister for the Cabinet Office acting through Crown Commercial Service
Town: Norwich
Postal code: NR7 0HS
Country: United Kingdom
E-mail: supplier@ccs.gsi.gov.uk
Telephone: +44 3450103503
Internet address: http://ccs.cabinetoffice.gov.uk

VI.5)Date of dispatch of this notice:
30.10.2014