Tender

Microsoft Licensing Services

DOVER HARBOUR BOARD

This public procurement record has 1 release in its history.

Planning

14 Jul 2021 at 16:09

Summary of the contracting process

The Dover Harbour Board is currently in the planning stage of a public procurement process for "Microsoft Licensing Services," classified under the CPV code for Software package utilities. This tender is set to provide licensing services for the period from 2021 to 2024 and has a submission deadline of 1st August 2021. The relevant procurement method is a selective procedure, incorporating a negotiated approach after a prior call for competition, and the services are required at the Port of Dover, located in the UK.

This procurement tender presents an excellent opportunity for businesses specialising in software licensing and reselling, particularly those with a strong affiliation with Microsoft products. The ideal competitors will be companies that can offer comprehensive licensing solutions, including renewal of existing agreements and innovative proposals for cloud services. Firms able to demonstrate experience and capability in delivering cost-effective Microsoft solutions will find this tender particularly advantageous for business growth in the evolving digital landscape.

Find more tenders on our Open Data Platform.
How relevant is this notice?

Notice Title

Microsoft Licensing Services

Notice Description

Microsoft Licensing Services 2021 - 2024

Lot Information

Lot 1

Dover Harbour Board are looking for a Microsoft reseller to provision Microsoft licensing services for the next three years. The current Commercial Enterprise Agreement Subscriptions (EAS) expires 31st October 2021, comprising of both cloud and on-premises services and products and is under 500 seats. Dover Harbour Board are looking for pricing on three distinct approaches. 1. Renewal of EAS for three years, minimum seats permitting. 2. Microsoft Product and Services Agreement (MPSA) for three years. 3. Cloud Services Provider (CSP) for cloud services and most cost effective option for on-premises products, with a three year commitment. The selected supplier should have a track record as a Microsoft reseller and partner, being able to leverage the most cost effective and beneficial license solution for the Port. The selected supplier should also be able to advise on maximising the benefit of various license options to improve productivity and security, through services such as Enterprise Mobility and Security.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-02c80a
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/016536-2021
Current Stage
Tender
All Stages
Planning, Tender

Procurement Classification

Notice Type
Planning Notice
Procurement Type
Standard
Procurement Category
Goods
Procurement Method
Selective
Procurement Method Details
Negotiated procedure with prior call for competition
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

48 - Software package and information systems


CPV Codes

48000000 - Software package and information systems

48700000 - Software package utilities

Notice Value(s)

Tender Value
Not specified
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
14 Jul 20214 years ago
Submission Deadline
1 Aug 2021Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Active
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
DOVER HARBOUR BOARD
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

Buyer Location

Locality
DOVER
Postcode
CT17 9BU
Post Town
Canterbury
Country
England

Major Region (ITL 1)
TLJ South East (England)
Basic Region (ITL 2)
TLJ4 Kent
Small Region (ITL 3)
TLJ44 East Kent
Delivery Location
TLJ4 Kent

Local Authority
Dover
Electoral Ward
Town & Castle
Westminster Constituency
Dover and Deal

Further Information

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-02c80a-2021-07-14T17:09:39+01:00",
    "date": "2021-07-14T17:09:39+01:00",
    "ocid": "ocds-h6vhtk-02c80a",
    "initiationType": "tender",
    "tender": {
        "id": "ocds-h6vhtk-02c80a",
        "legalBasis": {
            "id": "32014L0025",
            "scheme": "CELEX"
        },
        "title": "Microsoft Licensing Services",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "48700000",
            "description": "Software package utilities"
        },
        "mainProcurementCategory": "goods",
        "description": "Microsoft Licensing Services 2021 - 2024",
        "lots": [
            {
                "id": "1",
                "description": "Dover Harbour Board are looking for a Microsoft reseller to provision Microsoft licensing services for the next three years. The current Commercial Enterprise Agreement Subscriptions (EAS) expires 31st October 2021, comprising of both cloud and on-premises services and products and is under 500 seats. Dover Harbour Board are looking for pricing on three distinct approaches. 1. Renewal of EAS for three years, minimum seats permitting. 2. Microsoft Product and Services Agreement (MPSA) for three years. 3. Cloud Services Provider (CSP) for cloud services and most cost effective option for on-premises products, with a three year commitment. The selected supplier should have a track record as a Microsoft reseller and partner, being able to leverage the most cost effective and beneficial license solution for the Port. The selected supplier should also be able to advise on maximising the benefit of various license options to improve productivity and security, through services such as Enterprise Mobility and Security.",
                "status": "active"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "48000000",
                        "description": "Software package and information systems"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKJ4"
                    }
                ],
                "deliveryLocation": {
                    "description": "Port of Dover"
                },
                "relatedLot": "1"
            }
        ],
        "participationFees": [
            {
                "id": "1",
                "type": [
                    "document"
                ]
            }
        ],
        "submissionMethod": [
            "written"
        ],
        "procurementMethod": "selective",
        "procurementMethodDetails": "Negotiated procedure with prior call for competition",
        "tenderPeriod": {
            "endDate": "2021-08-01"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ]
        }
    },
    "parties": [
        {
            "id": "GB-FTS-11952",
            "name": "Dover Harbour Board",
            "identifier": {
                "legalName": "Dover Harbour Board"
            },
            "address": {
                "streetAddress": "Harbour House,Marine Parade",
                "locality": "DOVER",
                "region": "UKJ4",
                "postalCode": "CT179BU",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Vix Gladwin",
                "telephone": "+44 1304240400",
                "email": "victoria.gladwin@doverport.co.uk",
                "url": "http://www.doverport.co.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.doverport.co.uk",
                "buyerProfile": "http://www.doverport.co.uk",
                "classifications": [
                    {
                        "scheme": "TED_CE_ACTIVITY",
                        "id": "PORT_RELATED_ACTIVITIES",
                        "description": "Port-related activities"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-21498",
            "name": "the High Court of England and Wales",
            "identifier": {
                "legalName": "the High Court of England and Wales"
            },
            "address": {
                "locality": "London",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-11952",
        "name": "Dover Harbour Board"
    },
    "language": "en"
}