Shaw Consulting: ICT Infrastructure Solution

  Shaw Consulting is using Delta eSourcing to run this tender exercise

Notice Summary
Title: ICT Infrastructure Solution
Notice type: Contract Notice
Authority: Shaw Consulting
Nature of contract: Services
Procedure: Restricted
Short Description: The provision of an ICT Infrastructure Solution that replaces their current Server, SAN, Core and Edge Network, that provides Business Continuity and Disaster Recovery that is location resilient.
Published: 22/05/2015 09:36
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-Stafford: Information systems and servers.

Section I: Contracting Authority
   I.1)Name, Addresses and Contact Point(s):
      Stafford & Rural Homes
      The Rurals, 1 Parker Court, Staffordshire Technology Park, Beaconsfield, Stafford, ST18 0WP, United Kingdom
      Email: chris.shaw@shawc.co.uk, URL: www.sarh.co.uk, URL: www.shawc.co.uk
      Attn: Chris Shaw
      Electronic Access URL: https://www.delta-esourcing.com/respond/8GBDPU87H4
      Electronic Submission URL: https://www.delta-esourcing.com/respond/8GBDPU87H4

      Further information can be obtained at: As Above       
      Specifications and additional documents: As Above       
      Tenders or requests to participate must be sent to: As Above       
   
   I.2)Type of the contracting authority:
      Body governed by public law

   I.3) Main activity:
      Housing and community amenities

   I.4) Contract award on behalf of other contracting authorities:
      The contracting authority is purchasing on behalf of other contracting authorities: No

Section II: Object Of The Contract: SERVICES
   II.1)Description
      II.1.1)Title attributed to the contract by the contracting authority: ICT Infrastructure Solution
      II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES         
         Service Category: 7

         Region Codes: UKG24 - Staffordshire CC         
      II.1.3) Information about a public contract, a framework or a dynamic purchasing system:The notice involves a public contract                                                       
      
      II.1.5)Short description of the contract or purchase:
      Information systems and servers. Hardware disaster-recovery consultancy services. Local area network. Computer-related services. The provision of an ICT Infrastructure Solution that replaces their current Server, SAN, Core and Edge Network, that provides Business Continuity and Disaster Recovery that is location resilient.
         
      II.1.6)Common Procurement Vocabulary:
         48800000 - Information systems and servers.
         
         72120000 - Hardware disaster-recovery consultancy services.
         
         32410000 - Local area network.
         
         72500000 - Computer-related services.
         

      II.1.7) Information about Government Procurement Agreement (GPA):
         The contract is covered by the Government Procurement Agreement (GPA): No       
      II.1.8)Lots:
         This contract is divided into lots: No
      II.1.9)Information about variants:
         Variants will be accepted: No    
   
   II.2)Quantity Or Scope Of The Contract
      II.2.1)Total quantity or scope:
      SARH envisages that the project will be split into two phases, the key objectives of the project are detailed below.

Phase 1

- To transition SARH’s current Server & SAN environment to either a new Server & SAN solution that is installed in SARH’s Data Centre or provided as an IaaS solution.
- To provide a resilient Server & SAN environment that is located in one of SARH’s other offices or delivered as part of an IaaS Solution that provides full Business Continuity and Disaster Recovery.
- To provide a backup solution for the proposed solution.
- To upgrade the Core and Edge LAN switches.
- To upgrade the 2010 Exchange environment to either a resilient on premise solution or SaaS solution.
- To provide an ICT Infrastructure solution that enables SARH’s IT team to monitor and manage the availability and health of the ICT Infrastructure solution
- To provide full documentation of the delivered solution.
- To provide full training to the in-house IT team on the delivered solution.
- To project manage in full the delivery of the proposed solution.
- To provide on-going 3rd party support for the delivered solution between the core hours of 8am to 6pm Monday to Friday.

Phase 2
- To upgrade Citrix to the latest version or replace Citrix with a comparable solution and provide support for the implemented solution.

Optional Solution Components
- To provide a replacement firewall solution.      
      
      II.2.2)Options: Not Provided         
         II.2.3)Information about renewals:
            This contract is subject to renewal: Not Provided         
   II.3)Duration Of The Contract Or Time-Limit For Completion      
         Starting: 22/09/2015
         Completion: 31/12/2019

   Information About Lots
               
Section III: Legal, Economic, Financial And Technical Information
   III.1)Conditions relating to the contract
      III.1.1)Deposits and guarantees required:
      Dependent on the suppliers status, a performance bond or guarantee may be required
      
      III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
      An agreement as to how the project is funded will be covered as part of the contract negotiations with the preferred supplier. Any payment made to the supplier will be in pounds sterling and will be normally made by electronic funds transfer
      
      III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
      SARH's specific requirements are yet to be determined; however it does require that the contract awarded be entered into by a single legal entity on the part of the successful supplier(s). Any legal entity which has a group of entities will be required to provide an undertaking to be jointly and severally responsible for the due performance of the project
      
      III.1.4)Other particular conditions:
         The performance of the contract is subject to particular conditions:Yes       
      If Yes, description of particular conditions:
      The contract will be for up to 51 months. 3 months for transition from the current environment to the new solution.

The costs of responding to the tender will be borne by the respondent and SARH will not be liable for the suppliers costs.

SARH are not bound to accept any or all of the suppliers response      
   III.2)Conditions For Participation
      III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:

      Evaluated as part of the PQQ      
      III.2.2)Economic and financial capacity
         Economic and financial capacity - means of proof required:         
         
         Information and formalities necessary for evaluating if requirements are met:
         Evaluated as part of the PQQ         
         Minimum Level(s) of standards possibly required:
         The supplier needs to have a minimum turnover of 2 times the expected contract value which is estimated to be £350k over 4 years.
      
      III.2.3)Technical capacity
         Technical capacity - means of proof required         
         
         Information and formalities necessary for evaluating if requirements are met:
         Evaluated as part of the PQQ         
         Minimum Level(s) of standards possibly required:
         Evaluated as part of the PQQ      
      III.2.4)Information about reserved contracts: Not Provided   
   III.3)Conditions Specific To Service Contracts
      III.3.1)Information about a particular profession:
         Execution of the service is reserved to a particular profession: No       
      III.3.2)Staff responsible for the execution of the service:
         Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: No
Section IV: Procedure
   IV.1)Type Of Procedure
      IV.1.1)Type of procedure: Restricted
      
      IV.1.2)Limitations on the number of operators who will be invited to tender or to participate:
                        Envisaged minimum number: 5 and maximum number: 10         
         Objective Criteria for choosing the limited number of candidates:
         Using the pre-qualification questionnaire suppliers will be short listed based on the analysis performed in the financial, legal, and technical areas. Some questions contained within the PQQ may require a “Yes” or “No” response. These questions are known as gateways and are fundamental requirements of the contract. If any of these questions are answered “No”, SARH may reject your submission in full, ceasing to evaluate the
remainder of the questions. Other questions are weighted based upon there order of importance. The members of the panel will each score the submissions against all of the award criteria. The panel will meet to discuss their individual scores and arrive at a consensus team score. Incomplete responses will reduce the suppliers chance of being short listed and in some cases will exclude the supplier.   
   IV.2)Award Criteria
      IV.2.1)Award criteria:      
         The most economically advantageous tender in terms of
            The criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document

      IV.2.2)Information about electronic auction:
         An electronic auction will be used: Not Provided
   IV.3)Administrative Information
      IV.3.1)File reference number attributed by the contracting authority: SARH-ICT-2015      
      IV.3.2)Previous publication(s) concerning the same contract: No

      IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:


         Not Provided      
      
      IV.3.4)Time-limit for receipt of tenders or requests to participate
         Date: 29/06/2015
         Time: 17:00      
      IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates: 02/07/2015      
      IV.3.6)Language(s) in which tenders or requests to participate may be drawn up:         English
         


Section VI: Complementary Information

   VI.1)This Is A Recurrent Procurement: No
   VI.2)Information about European Union funds:
      The contract is related to a project and/or programme financed by European Union funds: Not Provided      
   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, and the contract will be awarded on the basis of the most economically advantageous tender.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Stafford:-Information-systems-and-servers./8GBDPU87H4

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/8GBDPU87H4
GO-2015522-PRO-6622818 TKR-2015522-PRO-6622817
   
   VI.4)Procedures For Appeal
      VI.4.1)Body responsible for appeal procedures:
      Not Provided

      VI.4.2)Lodging of appeals: Not Provided   
   
      VI.4.3)Service from which information about the lodging of appeals may be obtained:
            Not Provided

   VI.5) Date Of Dispatch Of This Notice: 22/05/2015

ANNEX A

View any Notice Addenda

View Award Notice

UK-Stafford: Information systems and servers.

Section I: Contracting Authority
   Title: UK-Stafford: Information systems and servers.
   I.1)Name, Addresses and Contact Point(s):
      Stafford & Rural Homes
      The Rurals, 1 Parker Court, Staffordshire Technology Park, Beaconsfield, Stafford, ST18 0WP, United Kingdom
      Email: chris.shaw@shawc.co.uk, URL: www.sarh.co.uk, URL: www.shawc.co.uk
      Attn: Chris Shaw

   I.2)Type of the contracting authority:
      Body governed by public law

   I.3) Main activity:
      Housing and community amenities

   I.4) Contract award on behalf of other contracting authorities:
      The contracting authority is purchasing on behalf of other contracting authorities: No

Section II: Object Of The Contract
   II.1)Description
      II.1.1)Title attributed to the contract by the contracting authority: **** CONTRACT AWARD **** ICT Infrastructure Solution      
      II.1.2)Type of contract and location of works:
         SERVICES
         
         Service Category: 7
         
         Region Codes: UKG24 - Staffordshire CC         
      II.1.3)Information about a framework or a dynamic purchasing system:
         Not Provided          
      II.1.4)Short description of the contract or purchase(s):
         Information systems and servers. Hardware disaster-recovery consultancy services. Local area network. Computer-related services. **** CONTRACT AWARD **** For the provision of an ICT Infrastructure Solution that replaces their current Server, SAN, Core and Edge Network, that provides Business Continuity and Disaster Recovery that is location resilient.
      II.1.5)Common procurement vocabulary:
         48800000 - Information systems and servers.
         72120000 - Hardware disaster-recovery consultancy services.
         32410000 - Local area network.
         72500000 - Computer-related services.
      II.1.6)Information about Government Procurement Agreement (GPA):
         The contract is covered by the Government Procurement Agreement (GPA): No
   
   II.2)Total Final Value Of Contract(s)
      II.2.1) Total final value of the contract(s)
         Lowest offer: 421,437 /Highest offer: 858,930
         Currency: GBP
         Excluding VAT: Yes

      
Section IV: Procedure
   IV.1) Type Of Procedure
      IV.1.1)Type of procedure: Restricted
   IV.2)Award Criteria
      IV.2.1)Award criteria: The most economically advantageous tender in terms of:
               
         Criteria - Weighting
         
         Best Fit to Business Functionality - 50
         References - 10
         Total Price over 5 years - 30
         Presentations & Demonstrations - 10
         
      IV.2.2)Information about electronic auction:
         An electronic auction will be used: Not Provided
   
   IV.3)Administrative Information
      IV.3.1)File reference number attributed by the contracting authority: SARH-ICT-2015-Award         
      IV.3.2)Previous publication(s) concerning the same contract: Yes
         
         
          Contract notice    
         Notice number in OJ: 2015/S 100 - 182876 of 27/05/2015
         
         

Section V: Award Of Contract
      
   1: Award And Contract Value
      Contract No: Not Provided

      V.1)Date Of Contract Award: 15/09/2015      
      V.2) Information About Offers
         Number Of Offers Received: 5          
         Number Of Offers Received By Electronic Means: 5       
      V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
         Official name: D2 Network Associates Ltd
         Postal address: Lymedale Business Centre, Hooters Hall Road
         Town: Newcastle-under-Lyme
         Postal code: ST5 9QF
         Country: United Kingdom
         Email: info@d2na.com
      V.4)Information On Value Of Contract
         Initial estimated total value of the contract
            Value: 421,437
            Currency: GBP

      V.5)Information about subcontracting:
         The contract is likely to be subcontracted: No


Section VI: Complementary Information
   VI.1)Information about European Union funds:
      The contract is related to a project and/or programme financed by European Union funds: No
   
   VI.2)Additional Information:
      Contract Award Notices have been issued and the Alcatel period has been observed and has now ended.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=163929847
GO-2015929-PRO-7128284 TKR-2015929-PRO-7128283   
   VI.3.1)Body responsible for appeal procedures:
      Not Provided
   VI.3.2)Lodging of appeals: Not Provided    
   VI.3.3)Service from which information about the lodging of appeals may be obtained:
      Not Provided
   
   VI.4)Date Of Dispatch Of This Notice: 29/09/2015