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 |
View Full Notice
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
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