Salvation Army Housing Association is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | ICT Infrastruture Contract |
Notice type: | Contract Notice |
Authority: | Salvation Army Housing Association |
Nature of contract: | Services |
Procedure: | Restricted |
Short Description: | The Salvation Army Housing Association (saha) is seeking to appoint a single supplier to upgrade the existing saha systems to accommodate the loadings required by the newly merged organisation of Chapter 1and saha and to provide the capacity for future requirements to deliver digital services to customers and to increase the use of electronic systems for staff. The scope will include servers and storage which will be delivered through saha's in house server room together with a backup and a disaster recovery solution to provisioned as cloud services. The solution provided will also need to build on the organisation's adoption of Citrix, both to increase the number of users who access systems through thin client technologies and the increasing processing power which is required to deliver new applications including audio and video. |
Published: | 02/10/2017 15:44 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Salvation Army Housing Association
St. Olaves House, 10 Lloyd's Avenue, London, EC3N 3AJ, United Kingdom
Tel. +44 2073324800, Email: argiri.papathos@saha.org.uk
Contact: Argiri Papathos
Main Address: http://www.saha.org.uk
NUTS Code: UK
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-London:-IT-services:-consulting%2C-software-development%2C-Internet-and-support./JEQ5J47V46
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent 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: ICT Infrastruture Contract
Reference Number: Not provided
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 Salvation Army Housing Association (saha) is seeking to appoint a single supplier to upgrade the existing saha systems to accommodate the loadings required by the newly merged organisation of Chapter 1and saha and to provide the capacity for future requirements to deliver digital services to customers and to increase the use of electronic systems for staff. The scope will include servers and storage which will be delivered through saha's in house server room together with a backup and a disaster recovery solution to provisioned as cloud services. The solution provided will also need to build on the organisation's adoption of Citrix, both to increase the number of users who access systems through thin client technologies and the increasing processing power which is required to deliver new applications including audio and video.
II.1.5) Estimated total value:
Value excluding VAT: 750,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV codes:
Not Provided
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: Saha is seeking to appoint a single supplier to upgrade the existing saha systems to accommodate the loadings required by the newly merged organisation of Chapter 1and saha and to provide the capacity for future requirements to deliver digital services to customers and to increase the use of electronic systems for staff. The scope will include servers and storage which will be delivered through saha's in house server room together with a backup and a disaster recovery solution to provisioned as cloud services. The solution provided will also need to build on the organisation's adoption of Citrix, both to increase the number of users who access systems through thin client technologies and the increasing processing power which is required to deliver new applications including audio and video.
Saha requires the successful supplier to have completed the implementation by 31March 2018. This will be a condition of the Contract that is entered into with the successful supplier. Therefore, only those suppliers that are able to meet this timetable should apply for the Contract.
It is envisaged that the Contract with the successful supplier will last for an initial period of 4 years, with three 1 yearly options to extend at Saha's discretion, giving a maximum potential term of 7 years.
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: 750,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 84
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 5
/ Maximum number: 7
Objective criteria for choosing the limited number of candidates: As set out in the Selection Questionnaire
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: Yes
Description of options: It is envisaged that the Contract with the successful supplier will last for an initial period of 4 years, with three 1 yearly options to extend at Saha's discretion, giving a maximum potential term of 7 years.
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: The Authority reserves the right to cancel the procurement at any time and not to proceed with all or part of the Contract.
The Authority will not, under any circumstances, reimburse any expense incurred by Applicants in preparing their selection questionnaire or tender submissions.
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:
Please refer to the Selection Questionnaire
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 RESTRICTED
IV.1.1) Type of procedure: Restricted
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement - NO
The procurement involves the setting up of a dynamic purchasing system - 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: Yes
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: 02/11/2017 Time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: Not Provided
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: Not Provided
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.A copy of the tender documents for this procurement can be obtained at the Delta eSourcing link below In accordance with the requirements of the Public Contracts Regulations 2015, the Selection Questionnaire and the tender documents are being made available to Applicants via the Delta system from the date of issue of this Contract Notice.
However, as the Authority is following the restricted procedure to procure the Contract, interested Applicants are initially only required to submit a completed Selection Questionnaire by the deadline stated in section IV.2.2 of this notice. Only those Applicants that are shortlisted for the tender stage following the Selection Questionnaire evaluation will be required to submit a tender for the Contract in response to the Invitation to Tender (ITT).
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-IT-services:-consulting%2C-software-development%2C-Internet-and-support./JEQ5J47V46
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/JEQ5J47V46
VI.4) Procedures for review
VI.4.1) Review body:
High Court
The Strand, London, 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:
In accordance with Part 3 of the Public Contracts Regulations 2015
VI.4.4) Service from which information about the lodging of appeals may be obtained:
Cabinet Office
London, United Kingdom
VI.5) Date Of Dispatch Of This Notice: 02/10/2017
Annex A