Shaw Consulting Ltd: Hyper Converged Infrastructure and Virtual Desktop Infrastructure

  Shaw Consulting Ltd is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Hyper Converged Infrastructure and Virtual Desktop Infrastructure
Notice type: Contract Notice
Authority: Shaw Consulting Ltd
Nature of contract: Services
Procedure: Open
Short Description: To provide Yorkshire Housing with a Hyper Converged Infrastructure which is resiliently provisioned across two locations. This is LOT 1. LOT 2 is for the provision of a Virtual Desktop Infrastructure which operates across the Hyper Converged Infrastructure that is provided through LOT 1.
Published: 11/07/2016 21:45
Please note that the deadline for response to this opportunity has passed. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile for future opportunities.

View Full Notice

UK-Leeds: Information systems and servers.
Section I: Contracting Authority
      I.1) Name and addresses
             Yorkshire Housing Limited
             Dysons Chambers,, 12-14 Briggate, Leeds, LS1 6ER, United Kingdom
             Tel. +44 7722067596, Email: chris.shaw@shawc.co.uk
             Contact: Mr Chris Shaw
             Main Address: http://www.yorkshirehousing.co.uk, Address of the buyer profile: http://www.shawc.co.uk
             NUTS Code: UKE42
      I.2) Joint procurement
      The contract involves joint procurement: No.
      In the case of joint procurement involving different countries, state applicable national procurement law: Not provided       
      The contract is awarded by a central purchasing body: No.
      I.3) Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: http://www.delta-esourcing.com/tenders/UK-UK-Leeds:-Information-systems-and-servers./Q663264P63
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent electronically via http://www.delta-esourcing.com/tenders/UK-UK-Leeds:-Information-systems-and-servers./Q663264P63 to the abovementioned address       
      Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
      I.4) Type of the contracting authority
            Body governed by public law
      I.5) Main activity
            Housing and community amenities

Section II: Object
II.1) Scope of the procurement
      II.1.1) Title: Hyper Converged Infrastructure and Virtual Desktop Infrastructure       
      Reference Number: Not provided
      II.1.2) Main CPV Code:
      48800000 - Information systems and servers.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: To provide Yorkshire Housing with a Hyper Converged Infrastructure which is resiliently provisioned across two locations. This is LOT 1.

LOT 2 is for the provision of a Virtual Desktop Infrastructure which operates across the Hyper Converged Infrastructure that is provided through LOT 1.       
      II.1.5) Estimated total value:
      Value excluding VAT: Not Provided       
      Currency: Not Provided
      II.1.6) Information about lots:
      This contract is divided into lots: Yes       
      Tenders may be submitted for: All lots
      Maximum number of lots that may be awarded to one tenderer: Not provided
      The contracting authority reserves the right to award contracts combining the following lots or groups of lots: LOT 1 and LOT 2

II.2) Description
II.2) Description Lot No. 1
      
      II.2.1) Title: Hyper Converged Infrastructure       
      Lot No: 1       
      II.2.2) Additional CPV codes:
      48800000 - Information systems and servers.
      
      II.2.3) Place of performance:
      UKE42 Leeds
      
      II.2.4) Description of procurement: The provision of a Tier 1 – Hyper Converged Infrastructure platform to support:
- YH business applications
- YH virtual desktop solution (to be delivered via LOT 2).
- Migration of the current estate onto the Hyper Converged Infrastructure platform.
- Provision of Disaster Recovery/Backup solutions or services.

NOTE: YH will consider other platforms that are not Hyper Converged but bidders must demonstrate how they will meet the key goals described below.

- Performance – YH require improved levels of performance for their business applications and virtual desktops.
- Scalability – The solutions must be easily scalable to accommodate future growth.
- Disaster Recovery – Improved Disaster Recovery and Backup capability must form a part of the solution.
- Resources – The solutions must demonstrate that they will reduce the amount of internal ICT resource required to maintain the infrastructure.
- Cost – Value for money must be demonstrated.
      II.2.5) Award criteria:
            Price is not the only award criterion and all criteria are stated only in the procurement documents            
      II.2.6) Estimated value:
      Value excluding VAT: Not provided       
      Currency: Not provided       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 60       
      This contract is subject to renewal: Yes       
      Description of renewals: The contract will initially run for 36 months with a possible extension for a further 24 months
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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       
      Identification of the project: Not provided             
      II.2.14) Additional information: Not provided       
II.2) Description Lot No. 2
      
      II.2.1) Title: Virtual Desktop Infrastructure       
      Lot No: 2       
      II.2.2) Additional CPV codes:
      48800000 - Information systems and servers.
      
      II.2.3) Place of performance:
      UKE42 Leeds
      
      II.2.4) Description of procurement: The provision of a virtual desktop environment.
- YH currently has 557 thin client terminals (IGEL) that will be retained as the primary desktop device. These are spread across 75 locations with the majority being in the Leeds head office.
- YH currently has approx. 900 users requiring access from the above terminals, from personal home PCs and from mobile devices.
- The new environment will be either a shared virtual desktop environment or an individual virtual desktop or, the full solution may be a combination of both.
- The new environment must replace the existing Citrix virtual desktop environment. It must also replace approx. 20 PCs located in the ICT department and used for system management/development.

Must run from the platform to be delivered via LOT 1.

Virtual desktop must be Windows 10 look/feel, Office 2016 and Office 365 integration.

Must provide access to all YH business applications and administration tools.

Provision of Disaster Recovery/Backup solutions or services for this environment.

Must also provide a management infrastructure to support laptop PCs (patching, configuration, installs, monitoring etc.).
- YH currently has approx. 6 laptops.
- The extension of the laptop estate is a future requirement for which a management solution is required.
      II.2.5) Award criteria:
            Price is not the only award criterion and all criteria are stated only in the procurement documents            
      II.2.6) Estimated value:
      Value excluding VAT: Not provided       
      Currency: Not provided       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 60       
      This contract is subject to renewal: Yes       
      Description of renewals: The contract will initially run for 36 months with a possible extension for a further 24 months
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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       
      Identification of the project: Not provided             
      II.2.14) Additional information: Not provided       


Section III: Legal, Economic, Financial And Technical Information
   III.1) Conditions for participation
      III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
      List and brief description of conditions:          
      Not Provided       
      III.1.2) Economic and financial standing          
      Selection criteria as stated in the procurement documents       
      List and brief description of selection criteria:       
      Not Provided    
      Minimum level(s) of standards possibly required (if applicable) :       
      Not Provided    
      III.1.3) Technical and professional ability    
      Selection criteria as stated in the procurement documents
      List and brief description of selection criteria:       
      Not Provided      
      Minimum level(s) of standards possibly required (if applicable) :          
      Not Provided   
      III.1.5) Information about reserved contracts (if applicable)   
      The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No       
      The execution of the contract is restricted to the framework of sheltered employment programmes: No    
      
   III.2) Conditions related to the contract
      III.2.1) Information about a particular profession    
      Reference to the relevant law, regulation or administrative provision:          
      Not Provided    
      III.2.2) Contract performance conditions          
      Not Provided          
      III.2.3) Information about staff responsible for the performance of the contract
      Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No

Section IV: Procedure
   IV.1) Description
      IV.1.1) Type of procedure: Open   
   
   IV.1.3) Information about a framework agreement or a dynamic purchasing system    
         The procurement involves the establishment of a framework agreement - NO    
         In the case of framework agreements justification for any duration exceeding 4 years: Not Provided    
   
   
   IV.1.6) Information about electronic auction:
      An electronic auction will be used: No
      Additional information about electronic auction: Not provided
   IV.1.8) Information about the Government Procurement Agreement (GPA)
      The procurement is covered by the Government Procurement Agreement: No       
   IV.2) Administrative information
      IV.2.1) Previous publication concerning this procedure:
         Notice number in the OJ S: Not provided       
      IV.2.2) Time limit for receipt of tenders or requests to participate
       Date: 15/08/2016 Time: 17:00
            
      IV.2.4) Languages in which tenders or requests to participate may be submitted: English,       
      IV.2.6) Minimum time frame during which the tenderer must maintain the tender:
         Duration in month(s): 4
      
      IV.2.7) Conditions for opening of tenders:
         Date: 16/08/2016
         Time: 09:00
         Place:
         Leeds
      

Section VI: Complementary Information
   VI.1) Information about recurrence
   This is a recurrent procurement: No    
   Estimated timing for further notices to be published: Not provided
   VI.2) Information about electronic workflows
   Electronic ordering will be used No       
   Electronic invoicing will be accepted No       
   Electronic payment will be used No       
   VI.3) Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Leeds:-Information-systems-and-servers./Q663264P63

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/Q663264P63
   VI.4) Procedures for review
   VI.4.1) Review body:
             Yorkshire Housing
       Leeds, United Kingdom
   VI.4.2) Body responsible for mediation procedures:
Not provided
   VI.4.3) Review procedure
   Precise information on deadline(s) for review procedures:    
    Not Provided    
   VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
   VI.5) Date Of Dispatch Of This Notice: 11/07/2016

Annex A


View any Notice Addenda

View Award Notice