Golding Homes: Procurement of DRM Backup, UC and WAN Services

  Golding Homes is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Procurement of DRM Backup, UC and WAN Services
Notice type: Contract Notice
Authority: Golding Homes
Nature of contract: Services
Procedure: Open
Short Description: Golding Homes requires a provider to support their DRM Backup, Cloud, UC and WAN services for up to 4 years based on performance and end user experience of the service provision.
Published: 26/07/2018 13:08
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-Maidstone: IT services: consulting, software development, Internet and support.
Section I: Contracting Authority
      I.1) Name and addresses
             Golding Homes
             Whatman House, St. Leonards Road, Allington, Maidstone, ME16 0LS, United Kingdom
             Tel. +44 3007772600, Email: procurement@goldinghomes.org.uk
             Contact: Karen Thody | Procurement
             Main Address: www.goldinghomes.org.uk
             NUTS Code: UKJ
      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-Maidstone:-IT-services:-consulting%2C-software-development%2C-Internet-and-support./U6ZGS6YF5Q
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent electronically via www.delta-esourcing.com 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: Procurement of DRM Backup, UC and WAN Services       
      Reference Number: 10326
      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: Golding Homes requires a provider to support their DRM Backup, Cloud, UC and WAN services for up to 4 years based on performance and end user experience of the service provision.       
      II.1.5) Estimated total value:
      Value excluding VAT: 200,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: No       
   
II.2) Description
      
      II.2.2) Additional CPV codes:
      72300000 - Data services.
      72220000 - Systems and technical consultancy services.
      72222100 - Information systems or technology strategic review services.
      72222200 - Information systems or technology planning services.
      72222300 - Information technology services.
      72260000 - Software-related services.
      72261000 - Software support services.
      72264000 - Software reproduction services.
      72267100 - Maintenance of information technology software.
      50312600 - Maintenance and repair of information technology equipment.
      48710000 - Backup or recovery software package.
      72212710 - Backup or recovery software development services.
      72251000 - Disaster recovery services.
      
      II.2.3) Place of performance:
      UKJ SOUTH EAST (ENGLAND)
      
      II.2.4) Description of procurement: Procurement of Cloud, UC and WAN support service provider on behalf of Golding Homes as per information set out in the tender documentation. The anticipated spend over a 48 month period (maximum contract length based on suitable performance) is between £200,000 and £350,000 dependent upon potential addition of other service provision in line with strategic changes within the organisation.
      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: 200,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      This contract is subject to renewal: Yes       
      Description of renewals: The contract is for an initial term of 24 months based on suitable performance with the option to extend for a further 24 months as 12 months + 12 months based on customer satisfaction with the service being received and acceptable pricing renewal structures.
      
      II.2.10) Information about variants:
      Variants will be accepted: Yes
      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:          
      Tenderers are required to have ISO27001 as a mandatory requirement of service delivery    
      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       
      As per SLA and KPIs          
      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: Yes    

Section IV: Procedure
   IV.1) Description OPEN
      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: 30/08/2018 Time: 13:00
            
      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): 6
      
      IV.2.7) Conditions for opening of tenders:
         Date: 30/08/2018
         Time: 13:00
         Place:
         Golding Homes
      

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-Maidstone:-IT-services:-consulting%2C-software-development%2C-Internet-and-support./U6ZGS6YF5Q

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/U6ZGS6YF5Q
   VI.4) Procedures for review
   VI.4.1) Review body:
             Golding Homes
       Whatman House, St. Leonards Road, Allington, Maidstone, ME16 0LS, United Kingdom
       Internet address: www.goldinghomes.org.uk
   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 Regulations 92 to 104 of the Public Contracts Regulations 2015 (as amended), the authority will incorporate a minimum 10 calendar day standstill period starting from the date when the contract award was notified to bidders. Unsuccessful bidders will be provided with a information in the “Award decision notice” at the start of the standstill period including details of their bid in relation to the winning bid comprising the reasons for the decision, the characteristics and relative advantages of the successful tender, the score of the economic operators and the name of the economic operator to be awarded the contract. Tenderers have a right of appeal provided for within the Public Contracts Regulations 2015 (as amended). Any such proceedings must be brought in the High Court of England and Wales.    
   VI.4.4) Service from which information about the lodging of appeals may be obtained:
          Cabinet Office
       70 Whitehall, London, SW1A 2AS, United Kingdom
       Tel. +44 2072761234
       Internet address: www.cabinetoffice.gov.uk
   VI.5) Date Of Dispatch Of This Notice: 26/07/2018

Annex A


View any Notice Addenda

View Award Notice