Clarity Procurement Solutions is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | ICT Infrastructure |
Notice type: | Contract Notice |
Authority: | Clarity Procurement Solutions |
Nature of contract: | Services |
Procedure: | Restricted |
Short Description: | Salix Homes is moving to a new phase in its use of technology to drive business improvements and now seeks to engage with a single supplier to supply and support its IT infrastructure requirements. This will enable the business to become technically agile and use the best of breed from today’s IT technologies to support both its staff and its customers. Salix is adopting a “Cloud First” strategy and this will see most applications delivered through SaaS clouds in the medium to longer term. In the interim, Salix will require infrastructure (storage and server capacity and associated backup and disaster recovery services) to host its non-SaaS applications, which will include Finance, Asset Management and Dynamics CRM. Salix does not have a data centre or server room and therefore all equipment will be hosted in enterprise-quality data centres by the successful Bidder. |
Published: | 23/10/2017 16:07 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Salix Homes Limited
Diamond House, 2 Peel Cross lane, Salford, M5 4DT, United Kingdom
Tel. +44 1942725438, Email: nathan@clarityprocurement.co.uk
Main Address: https://www.salixhomes.org/
NUTS Code: UKD3
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
Access to the procurement documents is restricted. Further information can be obtained at: https://www.delta-esourcing.com
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
Reference Number: SALX-ICT-INFRA2017
II.1.2) Main CPV Code:
72222300 - Information technology services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: Salix Homes is moving to a new phase in its use of technology to drive business improvements and now seeks to engage with a single supplier to supply and support its IT infrastructure requirements. This will enable the business to become technically agile and use the best of breed from today’s IT technologies to support both its staff and its customers.
Salix is adopting a “Cloud First” strategy and this will see most applications delivered through SaaS clouds in the medium to longer term. In the interim, Salix will require infrastructure (storage and server capacity and associated backup and disaster recovery services) to host its non-SaaS applications, which will include Finance, Asset Management and Dynamics CRM. Salix does not have a data centre or server room and therefore all equipment will be hosted in enterprise-quality data centres by the successful Bidder.
II.1.5) Estimated total value:
Value excluding VAT: 1,400,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV codes:
72251000 - Disaster recovery services.
72253200 - Systems support services.
72263000 - Software implementation services.
72510000 - Computer-related management services.
72511000 - Network management software services.
72710000 - Local area network services.
72720000 - Wide area network services.
72910000 - Computer back-up services.
II.2.3) Place of performance:
UKD3 Greater Manchester
II.2.4) Description of procurement: Salix Homes is moving to a new phase in its use of technology to drive business improvements and now seeks to engage with a single supplier to supply and support its IT infrastructure requirements. This will enable the business to become technically agile and use the best of breed from today’s IT technologies to support both its staff and its customers.
Salix is adopting a “Cloud First” strategy and this will see most applications delivered through SaaS clouds in the medium to longer term. In the interim, Salix will require infrastructure (storage and server capacity and associated backup and disaster recovery services) to host its non-SaaS applications, which will include Finance, Asset Management and Dynamics CRM. Salix does not have a data centre or server room and therefore all equipment will be hosted in enterprise-quality data centres by the successful Bidder.
Additionally, the following services will be required:
•Wide Area Network to connect Salix premises throughout Salford, provide Internet breakout and connectivity to cloud services, e.g. Microsoft data centres;
•Wireless LAN solution for several of Salix’s offices to provide guest and corporate access;
•End-user device provisioning (e.g. thin client) services and device management services;
•Implementation including transfer of services from Salford Council’s data centre, implementation of new Active Directory, implementation of new IP addressing scheme and implementation of Office 365; and
•Ongoing support of the above for the contract term.
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: 1,400,000
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: It is envisaged that the Contract with the successful Bidder shall last for an initial period of [four (4) years], with an option to extend at Salix Homes’ 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.2.9) Information about the limits on the number of candidates to be invited:
Envisaged number of candidates: 6
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: It is envisaged that the Contract with the successful Bidder shall last for an initial period of [four (4) years], with an option to extend at Salix Homes’ 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 stated 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: 22/11/2017 Time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 11/12/2017
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 extension, 7 years from contract award date
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 Salix Homes Homes by Clarity Procurement
Solutions Limited.
Potential Applicants wishing participate in this tender opportunity are instructed to:
Download and read the Invitation to Tender Document to familiarise yourselves with Salix Homes' requirements;
Download and read the Selection Questionnaire Instructions Document;
Download and complete the Selection Questionnaire Document;
Submit a completed Selection Questionnaire Document in accordance with the SQ Instructions, noting the
deadline submission of 12:00 hours on 22.11.2017.
Potential Applicants must not complete or submit the Invitation to Tender Document at this stage.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Salford:-Information-technology-services./J38GR287ZF
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/J38GR287ZF
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 day calendar day standstill period
starting on the day after the notification of the result. The Public Contracts Regulations 2015 (SI 2015/102) (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: 23/10/2017
Annex A
View any Notice Addenda
View Award Notice
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
Salix Homes Limited
Diamond House, 2 Peel Cross lane, Salford, M5 4DT, United Kingdom
Tel. +44 1942725438, Email: nathan@clarityprocurement.co.uk
Main Address: https://www.salixhomes.org/
NUTS Code: UKD3
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: ICT Infrastructure
Reference number: SALX-ICT-INFRA2017
II.1.2) Main CPV code:
72222300 - Information technology services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: Salix Homes is moving to a new phase in its use of technology to drive business improvements and now seeks to engage with a single supplier to supply and support its IT infrastructure requirements. This will enable the business to become technically agile and use the best of breed from today’s IT technologies to support both its staff and its customers.
Salix is adopting a “Cloud First” strategy and this will see most applications delivered through SaaS clouds in the medium to longer term. In the interim, Salix will require infrastructure (storage and server capacity and associated backup and disaster recovery services) to host its non-SaaS applications, which will include Finance, Asset Management and Dynamics CRM. Salix does not have a data centre or server room and therefore all equipment will be hosted in enterprise-quality data centres by the successful Bidder.
II.1.6) Information about lots
This contract is divided into lots: No
II.1.7) Total value of the procurement (excluding VAT)
Value: 2,260,000
Currency:GBP
II.2) Description
II.2.2) Additional CPV code(s):
72251000 - Disaster recovery services.
72253200 - Systems support services.
72263000 - Software implementation services.
72510000 - Computer-related management services.
72511000 - Network management software services.
72710000 - Local area network services.
72720000 - Wide area network services.
72910000 - Computer back-up services.
II.2.3) Place of performance
Nuts code:
UKD3 - Greater Manchester
Main site or place of performance:
Greater Manchester
II.2.4) Description of the procurement: Salix Homes is moving to a new phase in its use of technology to drive business improvements and now seeks to engage with a single supplier to supply and support its IT infrastructure requirements. This will enable the business to become technically agile and use the best of breed from today’s IT technologies to support both its staff and its customers.
Salix is adopting a “Cloud First” strategy and this will see most applications delivered through SaaS clouds in the medium to longer term. In the interim, Salix will require infrastructure (storage and server capacity and associated backup and disaster recovery services) to host its non-SaaS applications, which will include Finance, Asset Management and Dynamics CRM. Salix does not have a data centre or server room and therefore all equipment will be hosted in enterprise-quality data centres by the successful Bidder.
II.2.5) Award criteria:
Not Provided
II.2.11) Information about options
Options: Yes
Description of these options:It is envisaged that the Contract with the successful Bidder shall last for an initial period of [four (4) years], with an option to extend at Salix Homes’ 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: 2017/S 205-423423
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: 1
Lot Number: Not Provided
Title: ICT Infrastructure
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 14/05/2018
V.2.2) Information about tenders
Number of tenders received: 3
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)
ANS Group Limited
Synergy House, Guildhall Close,, Manchester Science Park, Manchester, M15 6SY, United Kingdom
NUTS Code: UKD3
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: Not Provided
Total value of the contract/lot: 2,260,000
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 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 Salix Homes Homes by Clarity Procurement
Solutions Limited.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=324696220
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 day calendar day standstill period
starting on the day after the notification of the result. The Public Contracts Regulations 2015 (SI 2015/102) (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: 05/06/2018