Clarity Procurement Solutions: IT Infrastructure and Managed Support Service

  Clarity Procurement Solutions is using Delta eSourcing to run this tender exercise

Notice Summary
Title: IT Infrastructure and Managed Support Service
Notice type: Contract Notice
Authority: Clarity Procurement Solutions
Nature of contract: Services
Procedure: Restricted
Short Description: Procurement of a new IT Infrastructure and Managed Support Service for Tower Hamlets Community Housing
Published: 20/08/2019 09:54
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-London: Information technology services.
Section I: Contracting Authority
      I.1) Name and addresses
             Tower Hamlets Community Housing Ltd
             285 Commercial Rd, Shadwell, London, E1 2PS, United Kingdom
             Tel. +44 7810375184, Email: nathan@clarityprocurement.co.uk
             Main Address: https://www.thch.org.uk
             NUTS Code: UKI
      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-London:-Information-technology-services./983QXE5795
      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: IT Infrastructure and Managed Support Service       
      Reference Number: THCH-IT-2019
      II.1.2) Main CPV Code:
      72222300 - Information technology services.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: Procurement of a new IT Infrastructure and Managed Support Service for Tower Hamlets Community Housing       
      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:
      72250000 - System and support services.
      30211300 - Computer platforms.
      72253000 - Help-desk and support services.
      
      II.2.3) Place of performance:
      UKI LONDON
      
      II.2.4) Description of procurement: Tower Hamlets Community Housing (THCH) currently has an IT Managed Service contract which, in 2013, delivered a new infrastructure based on VMware and Citrix desktop. The Supplier has hosted this in a Colocation data centre and provides a disaster recovery service should the CoLocation service fail. The Supplier has provided a full support wrap providing first, second and third line support with a limited number of third-party second and third line supporting contracts (e.g. for the telephone system). This has included both regular on-site attendance by both engineering and applications staff.

This Contract expires in 2020 and THCH is now seeking to renew this Contract to deliver a similar range of services including a refresh of expired IT hardware.

The scope of the Contract will include all services provided by the current supplier, as detailed above

The key elements will be a refresh of hardware assets (which may be delivered as customer owned assets in CoLocation Data Centre, public cloud, private cloud, or a hybrid of some of all of these. The supplier selected will be required demonstrate capabilities in both the provision of the infrastructure and the ongoing first, second and third line support services

The key objective is to provide continuity of the IT service to THCH users. However, THCH also expects the need for technology to change significantly over the Contract Term and the selected supplier will be expected to work with THCH to deliver innovation including digital services for staff and customers, smart homes, improved use of data assets and business intelligence and other initiatives to support THCH communities.

The Contract with the successful Bidder shall last for an initial period of four (4) years, with an option to extend at THCH’s sole discretion for a further three (3) periods of one (1) year each, giving a total potential term of up to seven (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: Not provided       
      Currency: Not provided       
      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: Subject to take up extension options, seven (7) years from contract award
      II.2.9) Information about the limits on the number of candidates to be invited:
       Not provided
      Objective criteria for choosing the limited number of candidates: Not provided
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       Yes             
      Description of options: The Contract with the successful Bidder shall last for an initial period of four (4) years, with an option to extend at THCH’s sole discretion for a further three (3) periods of one (1) year each, giving a total potential term of up to seven (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: 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:          
      Selection criteria as stated in the procurement documents    
      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 set out in the Conditions of Contract          
      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: 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: 20/09/2019 Time: 12:00
      IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 11/10/2019       
      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: Yes    
   Estimated timing for further notices to be published: Subject to take up extension options, seven (7) years from contract award
   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.

This tender opportunity is being administered on behalf of Tower Hamlets Community Housing (THCH) by Clarity Procurement Solutions Limited.

Potential Applicants wishing to participate in this tender are instructed to:

Download and read the draft Invitation to Tender Document to familiarise yourselves with THCH's requirements.

Download and read the Selection Questionnaire Instructions and Guidance Document.

Download and complete the Selection Questionnaire.

Submit a completed Selection Questionnaire in accordance with the Selection Questionnaire Instructions, noting the submission deadline of 12:00 hours on 20/09/2019.

Potential Applicants must not complete or submit the draft Invitation to Tender Document at this stage. The draft Invitation to Tender Document is for information only at this stage.

Implementation of the new Contract is anticipated to commence on 01/01/2020. Service provision is anticipated to commence on 01/09/2020.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Information-technology-services./983QXE5795

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/983QXE5795
   VI.4) Procedures for review
   VI.4.1) Review body:
             The High Court of England and Wales
       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:    
    The Contracting Authority will enter into this Contract following a minimum 10 calendar day standstill period starting on the day after the notification of the result. The Public Contracts Regulations 2015 (SI 2015/02) (as amended) (the Regulations) provide for aggrieved parties who have been harmed or who are at risk of harm by a breach of the Regulations to bring proceedings in the High Court. Any such proceedings must be brought within the limitation period specified by the Regulations according to the remedy sought.    
   VI.4.4) Service from which information about the lodging of appeals may be obtained:
          The Cabinet Office
       London, United Kingdom
   VI.5) Date Of Dispatch Of This Notice: 20/08/2019

Annex A


View any Notice Addenda

View Award Notice

UK-London: Information technology services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Tower Hamlets Community Housing Ltd
       285 Commercial Rd, Shadwell, London, E1 2PS, United Kingdom
       Tel. +44 7810375184, Email: nathan@clarityprocurement.co.uk
       Main Address: https://www.thch.org.uk
       NUTS Code: UKI

   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: IT Infrastructure and Managed Support Service            
      Reference number: THCH-IT-2019

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


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: Procurement of a new IT Infrastructure and Managed Support Service for Tower Hamlets Community Housing

      II.1.6) Information about lots
         This contract is divided into lots: No
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 1,543,382
                  
         Currency:GBP            

   II.2) Description

      II.2.2) Additional CPV code(s):
            72250000 - System and support services.
            30211300 - Computer platforms.
            72253000 - Help-desk and support services.


      II.2.3) Place of performance
      Nuts code:
      UKI - LONDON
   
      Main site or place of performance:
      LONDON
             

      II.2.4) Description of the procurement: Tower Hamlets Community Housing (THCH) currently has an IT Managed Service contract which, in 2013, delivered a new infrastructure based on VMware and Citrix desktop. The Supplier has hosted this in a Colocation data centre and provides a disaster recovery service should the CoLocation service fail. The Supplier has provided a full support wrap providing first, second and third line support with a limited number of third-party second and third line supporting contracts (e.g. for the telephone system). This has included both regular on-site attendance by both engineering and applications staff.

This Contract expires in 2020 and THCH is now seeking to renew this Contract to deliver a similar range of services including a refresh of expired IT hardware.

The scope of the Contract will include all services provided by the current supplier, as detailed above

The key elements will be a refresh of hardware assets (which may be delivered as customer owned assets in CoLocation Data Centre, public cloud, private cloud, or a hybrid of some of all of these. The supplier selected will be required demonstrate capabilities in both the provision of the infrastructure and the ongoing first, second and third line support services

The key objective is to provide continuity of the IT service to THCH users. However, THCH also expects the need for technology to change significantly over the Contract Term and the selected supplier will be expected to work with THCH to deliver innovation including digital services for staff and customers, smart homes, improved use of data assets and business intelligence and other initiatives to support THCH communities.

The Contract with the successful Bidder shall last for an initial period of four (4) years, with an option to extend at THCH’s sole discretion for a further three (3) periods of one (1) year each, giving a total potential term of up to seven (7) years.

      II.2.5) Award criteria:
                  
      Cost criterion - Name: Criterion 1 / Weighting: 30
            

      II.2.11) Information about options
         Options: Yes
         Description of these options:The Contract with the successful Bidder shall last for an initial period of four (4) years, with an option to extend at THCH’s sole discretion for a further three (3) periods of one (1) year each, giving a total potential term of up to seven (7) years.

      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: Restricted


   IV.1.3) Information about a framework agreement or a dynamic purchasing system
      The procurement involves the establishment of a framework agreement: No       
      A dynamic purchasing system was set up: 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: 2019/S 161-396610
      
   

   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: 01/03/2020

      V.2.2) Information about tenders
         Number of tenders received: 4
         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)
             The Adept Technology Group PLC, 04682431
             One Fleet Place, London, EC4M 7WS, 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: 1,543,382          
         Total value of the contract/lot: 1,543,382
         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=489352740

   VI.4) Procedures for review

      VI.4.1) Review body
          The High Court of England and Wales
          London, United Kingdom

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: The Contracting Authority will enter into this Contract following a minimum 10 calendar day standstill period starting on the day after the notification of the result. The Public Contracts Regulations 2015 (SI 2015/02) (as amended) (the Regulations) provide for aggrieved parties who have been harmed or who are at risk of harm by a breach of the Regulations to bring proceedings in the High Court. Any such proceedings must be brought within the limitation period specified by the Regulations according to the remedy sought.

      VI.4.4) Service from which information about the review procedure may be obtained
          The Cabinet Office
          London, United Kingdom

   VI.5) Date of dispatch of this notice: 22/04/2020