Shaw Consulting Ltd: Managed IT Services

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

Notice Summary
Title: Managed IT Services
Notice type: Contract Notice
Authority: Shaw Consulting Ltd
Nature of contract: Services
Procedure: Open
Short Description: The provision of a Fully Managed IT Service
Published: 02/03/2020 14:54
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-Darlington: Information technology services.
Section I: Contracting Authority
      I.1) Name and addresses
             Railway Housing Association
             Bank Top House, Garbutt Square, Neasham Road, Darlington, DL1 4DR, United Kingdom
             Tel. +44 7722067596, Email: chris.shaw@shawc.co.uk
             Contact: Chris Shaw
             Main Address: https://www.railwayha.co.uk, Address of the buyer profile: https://www.shawc.co.uk
             NUTS Code: UKC13
      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-Darlington:-Information-technology-services./8KHQ643VM2
      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: Managed IT Services       
      Reference Number: Not provided
      II.1.2) Main CPV Code:
      72222300 - Information technology services.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: The provision of a Fully Managed IT Service       
      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:
      72222300 - Information technology services.
      
      II.2.3) Place of performance:
      UKC13 Darlington
      
      II.2.4) Description of procurement: The scope of this procurement is to identify a single managed services supplier who can provide:

* Managed Services Infrastructure (IaaS which provides Compute, Storage, Backup, DR, Server O/S).
* Data Connectivity (including WAN, Internet, Firewall, LAN & Wi-Fi requirements).
* Migration to Microsoft 365 and Azure AD so that RHA can fully adopt, in a phased approach – (Azure AD, Windows 10 Enterprise, Exchange Online, One Drive, Teams / SharePoint, InTune, Autopilot, Advanced Threat Protection, Windows Defender, etc.)
* Management and Support of the Managed Services Infrastructure, including Application & Database Management.
      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:
      Start: 13/05/2020 / End: 31/10/2025       
      This contract is subject to renewal: Yes       
      Description of renewals: There is the potential of Two 1 Year Extensions, taking the total contract term to 7 years.
      
      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       
      List and brief description of selection criteria:
      Minimum Financial and Insurance Levels as detailed below, in the SSQ and ITT.    
      Minimum level(s) of standards possibly required (if applicable) :       
      *** FINANCIAL ***
- Performing a credit check using Creditsafe, a score of 51 or above will be classed as a pass; anything equal to or below 50 will be a fail.
- In addition to the above, RHA will perform an additional Creditsafe check which will confirm that the annual contract value(as proposed by the supplier) does not exceed their Maximum Capacity for a single contract. If Creditsafe advises it would, this would be a fail.

INSURANCE

- Employer’s (Compulsory) Liability Insurance = £10 million.
- Public Liability Insurance = £10 million.
- Professional Indemnity Insurance = £10 million    
      III.1.3) Technical and professional ability
      List and brief description of selection criteria:       
      Minimum levels of Partner Certification

Referenceable Experience

Requirements for ISO27001, IS9001, and Service Management    
      Minimum level(s) of standards possibly required (if applicable) :          
      The supplier must be a minimum of a Microsoft Silver Partner in Cloud Platform and Productivity
The supplier must have referenceable experience of transition organisations from On-Premise / Hosted Infrastructures to Microsoft 365.
The supplier must be a minimum of a Citrix Silver Partner.
The supplier must be ISO27001 certified as both the provider and for the proposed hosting location.
The supplier must be ISO9001 certified.
The supplier must operate to an industry recognised Service Management best practice.
      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: 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: 14/04/2020 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: Not Provided      
      IV.2.7) Conditions for opening of tenders:
         Date: 14/04/2020
         Time: 09:05
      

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-Darlington:-Information-technology-services./8KHQ643VM2

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/8KHQ643VM2
   VI.4) Procedures for review
   VI.4.1) Review body:
             Railway Housing Association
       Bank Top House, Garbutt Square, Neasham Road, Darlington, DL1 4DR, 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: 02/03/2020

Annex A


View any Notice Addenda

View Award Notice

UK-Darlington: Information technology services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Railway Housing Association
       Bank Top House, Garbutt Square, Neasham Road, Darlington, DL1 4DR, United Kingdom
       Tel. +44 7722067596, Email: chris.shaw@shawc.co.uk
       Contact: Chris Shaw
       Main Address: https://www.railwayha.co.uk, Address of the buyer profile: https://www.shawc.co.uk
       NUTS Code: UKC13

   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 *** Managed IT Services            
      Reference number: Not Provided

      II.1.2) Main CPV code:
         72222300 - Information technology services.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: CONTRACT AWARD NOTICE for the provision of a Fully Managed IT Service

      II.1.6) Information about lots
         This contract is divided into lots: No
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 640,692
                  
         Currency:GBP            

   II.2) Description

      II.2.2) Additional CPV code(s):
            72222300 - Information technology services.


      II.2.3) Place of performance
      Nuts code:
      UKC13 - Darlington
   
      Main site or place of performance:
      Darlington
             

      II.2.4) Description of the procurement: *** CONTRACT AWARD *** for a managed services supplier who is going to provide:

* Managed Services Infrastructure (IaaS which provides Compute, Storage, Backup, DR, Server O/S).
* Data Connectivity (including WAN, Internet, Firewall, LAN & Wi-Fi requirements).
* Migration to Microsoft 365 and Azure AD so that RHA can fully adopt, in a phased approach – (Azure AD, Windows 10 Enterprise, Exchange Online, One Drive, Teams / SharePoint, InTune, Autopilot, Advanced Threat Protection, Windows Defender, etc.)
* Management and Support of the Managed Services Infrastructure, including Application & Database Management.

      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 5 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: Not Provided


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 46-109677
      
   

   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: 13/05/2020

      V.2.2) Information about tenders
         Number of tenders received: 5
         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)
             Civica UK Limited, 01628868
             Southbank Central, 30 Stamford Street, London, SE1 9LQ, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: No

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: Not Provided          
         Total value of the contract/lot: 640,692
         Currency: GBP

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

   VI.3) Additional information: The Alcatel Period has been observed and there were no challenges received.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=494254035

   VI.4) Procedures for review

      VI.4.1) Review body
          Railway Housing Association
          Bank Top House, Garbutt Square, Neasham Road, Darlington, DL1 4DR, 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: 14/05/2020