Shaw Consulting Ltd: ICT Infrastructure Tender

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

Notice Summary
Title: ICT Infrastructure Tender
Notice type: Contract Notice
Authority: Shaw Consulting Ltd
Nature of contract: Services
Procedure: Open
Short Description: This tender seeks to identify an organisation who can work with LYHA’s internal IT Team to design, plan and transition all the on-premise applications over to Azure ensuring Microsoft’s Best Practice designs are applied. The design of the replacement solution must fully maximise the value of Cloud Services by redesigning the current implementations to fully exploit the value of Microsoft’s IaaS, Platform as a Service (PaaS), Software as a Service (SaaS) and Virtual Desktop as a Service (VDaaS) offerings.
Published: 14/04/2020 17:37
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: IT services: consulting, software development, Internet and support.
Section I: Contracting Authority
      I.1) Name and addresses
             Leeds and Yorkshire Housing Association
             2 Shire Oak Rd, Headingley, Leeds, LS6 2TN, United Kingdom
             Tel. +44 07722067596, Email: chris.shaw@shawc.co.uk
             Contact: Email or Phone
             Main Address: https://www.lyha.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: https://www.delta-esourcing.com/tenders/UK-UK-Leeds:-IT-services:-consulting%2C-software-development%2C-Internet-and-support./3DBEE3WFCC
      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 Infrastructure Tender       
      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: This tender seeks to identify an organisation who can work with LYHA’s internal IT Team to design, plan and transition all the on-premise applications over to Azure ensuring Microsoft’s Best Practice designs are applied.

The design of the replacement solution must fully maximise the value of Cloud Services by redesigning the current implementations to fully exploit the value of Microsoft’s IaaS, Platform as a Service (PaaS), Software as a Service (SaaS) and Virtual Desktop as a Service (VDaaS) offerings.       
      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: No       
   
II.2) Description
      
      II.2.2) Additional CPV codes:
      Not Provided       
      II.2.3) Place of performance:
      UKE42 Leeds
      
      II.2.4) Description of procurement: * Produce a detailed design and transition plan for moving it all over to Microsoft Azure, ensuring it interoperates with LYHA’s existing Microsoft 365 tenancy.

* To work with LYHA’s IT Team to build the Azure tenancies and migrating the existing servers, applications, databases and storage over to Azure IaaS and PaaS in line with Microsoft Best Practice Design Standards. Note: The existing servers are all virtualised and in VMDK format, we envisage some of these will be moved over as is and then transformed to take greater advantage of Azure’s features.

* Ensuring the existing implementation of Azure AD meets the needs of LYHA and is in line with Best Practice Design Standards.

* Working with LYHA to design and implement appropriate and performant solutions for desktop and application delivery exploiting the use of Microsoft Virtual Desktops as required.

* Moving all Shared File Server data to Azure Files.

* Ensure the whole environment is resiliently provisioned and backed up on Azure, making best use of Microsoft Site Recovery Manager, Traffic Manager and Azure Backup. Note: Backup needs to extend to Microsoft 365.

* Migrating all user’s data over from file server drives to Microsoft One Drive.

* To provide 3rd line support to LYHA’s IT Team for up to 3 years.

* Training the IT Team on how to manage Azure and Provision new Services.

* To fully document the delivered solution.
      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: 39       
      This contract is subject to renewal: Yes       
      Description of renewals: The contract could be extended by 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: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/3DBEE3WFCC       


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       
      List and brief description of selection criteria:
      Minimum Financial Levels and Insurance Levels    
      Minimum level(s) of standards possibly required (if applicable) :       
      LYHA will perform a financial analysis which will confirm that the annual contract value (as proposed by the supplier) does not exceed one third of their annual turnover. If it did this would be a fail.

Minimum Insurance levels are:

Employer’s (Compulsory) Liability Insurance = £5 million.
Public Liability Insurance = £5 million.
Professional Indemnity Insurance = £5 million    
      III.1.3) Technical and professional ability
      List and brief description of selection criteria:       
      The minimum Technical and Professional levels are detailed below:    
      Minimum level(s) of standards possibly required (if applicable) :          
      1. The supplier must be a minimum of a Microsoft Silver Partner for Cloud Solutions.
2. The supplier must have referenceable experience of transition organisations from On-Premise / Hosted Infrastructures to Microsoft Azure.
3. The supplier must be ISO9001 certified.
4. The supplier must operate to an industry recognised Service Management best practice.
5. You must be able to commercially commit to delivering the requirements of this tender within 3 months of the award of contract.
      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 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: 19/05/2020 Time: 09:00
            
      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: 19/05/2020
         Time: 09:05
         Place:
         Virtual
      

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:-IT-services:-consulting%2C-software-development%2C-Internet-and-support./3DBEE3WFCC

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/3DBEE3WFCC
   VI.4) Procedures for review
   VI.4.1) Review body:
             Leeds & Yorkshire Housing Association
       2 Shire Oak Rd, Headingley, Leeds, LS6 2TN, 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: 14/04/2020

Annex A


View any Notice Addenda

View Award Notice

UK-Leeds: IT services: consulting, software development, Internet and support.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Leeds and Yorkshire Housing Association
       2 Shire Oak Rd, Headingley, Leeds, LS6 2TN, United Kingdom
       Tel. +44 07722067596, Email: chris.shaw@shawc.co.uk
       Contact: Email or Phone
       Main Address: https://www.lyha.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.4)Type of the contracting authority:
      Body governed by public law

   I.5) Main activity:
      Housing and community amenities

Section II: Object Of The Contract

   II.1) Scope of the procurement

      II.1.1) Title: *** CONTRACT AWARD **** ICT Infrastructure Tender            
      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: *** CONTRACT AWARD *** to an organisation who will work with LYHA’s internal IT Team to design, plan and transition all the on-premise applications over to Azure ensuring Microsoft’s Best Practice designs are applied.

      II.1.6) Information about lots
         This contract is divided into lots: No
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 59,252
                  
         Currency:GBP            

   II.2) Description

      II.2.2) Additional CPV code(s):
      Not Provided

      II.2.3) Place of performance
      Nuts code:
      UKE42 - Leeds
   
      Main site or place of performance:
      Leeds
             

      II.2.4) Description of the procurement: CONRACT AWARD FOR THE FOLLOWING REQUIREMENTS

* Produce a detailed design and transition plan for moving it all over to Microsoft Azure, ensuring it interoperates with LYHA’s existing Microsoft 365 tenancy.

* To work with LYHA’s IT Team to build the Azure tenancies and migrating the existing servers, applications, databases and storage over to Azure IaaS and PaaS in line with Microsoft Best Practice Design Standards. Note: The existing servers are all virtualised and in VMDK format, we envisage some of these will be moved over as is and then transformed to take greater advantage of Azure’s features.

* Ensuring the existing implementation of Azure AD meets the needs of LYHA and is in line with Best Practice Design Standards.

* Working with LYHA to design and implement appropriate and performant solutions for desktop and application delivery exploiting the use of Microsoft Virtual Desktops as required.

* Moving all Shared File Server data to Azure Files.

* Ensure the whole environment is resiliently provisioned and backed up on Azure, making best use of Microsoft Site Recovery Manager, Traffic Manager and Azure Backup. Note: Backup needs to extend to Microsoft 365.

* Migrating all user’s data over from file server drives to Microsoft One Drive.

* To provide 3rd line support to LYHA’s IT Team for up to 3 years.

* Training the IT Team on how to manage Azure and Provision new Services.

* To fully document the delivered solution.

      II.2.5) Award criteria:
      Quality criterion - Name: Qualitative Assessment of the Suppliers Response / Weighting: 70
                  
      Cost criterion - Name: Total Cost of the Solution over 3 years / Weighting: 30
            

      II.2.11) Information about options
         Options: 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
         

      II.2.14) Additional information: The Alcatel has been observed and no challenges were received.


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       
      

   IV.1.6) Information about electronic auction
      An electronic auction has been used: No

   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 OJEU: 2020/S 76-181052
      
   

   IV.2.9) Information about termination of call for competition in the form of a prior information notice
      The contracting authority will not award any further contracts based on the above prior information notice: No

Section V: Award of contract

Award Of Contract (No.1)

   Contract No: Not Provided    
   Lot Number: Not Provided    
   Title: Not Provided

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 08/07/2020

      V.2.2) Information about tenders
         Number of tenders received: 10
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: Not Provided

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Lima Networks Ltd, 03475103
             6 Digital Park, Pacific Way, Salford Quays, Manchester, M50 1DR, United Kingdom
             NUTS Code: UKD33
            The contractor is an SME: Yes

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 59,252          
         Lowest offer: 39,335 / Highest offer: 974,800
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         
Section VI: Complementary information

   VI.3) Additional information: To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=507226912

   VI.4) Procedures for review

      VI.4.1) Review body
          Leeds & Yorkshire Housing Association
          2 Shire Oak Rd, Headingley, Leeds, LS6 2TN, United Kingdom

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: Not Provided

      VI.4.4) Service from which information about the review procedure may be obtained
         Not Provided

   VI.5) Date of dispatch of this notice: 09/07/2020