Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Pennaf Housing Group
72 Ffordd William Morgan, St Asaph Business Park
St Asaph
LL17 OJD
UK
Telephone: +44 1745536907
E-mail: pennaf@shawc.co.uk
NUTS: UKL13
Internet address(es)
Main address: http://www.pennafgroup.co.uk
Address of the buyer profile: http://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA21673
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://www.sell2wales.gov.wales
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://www.sell2wales.gov.wales
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
II.1.2) Main CPV code
48800000
II.1.3) Type of contract
Services
II.1.4) Short description
Pennaf is looking to select an organisation who can implement a Fully Resilient ICT Infrastructure Solution which takes advantage of some of the existing infrastructure Pennaf have in place i.e. Head Office Data Centre, DR Location at Wrexham which has a 1Gbps point to point circuit.
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.3) Place of performance
NUTS code:
UKL13
Main site or place of performance:
Unit 72 Ffordd William Morgan St Asaph Business Park, St Asaph LL17 0JD
II.2.4) Description of the procurement
Pennaf is looking to select an organisation who can implement a Fully Resilient ICT Infrastructure Solution which takes advantage of some of the existing infrastructure Pennaf have in place i.e. Head Office Data Centre, DR Location at Wrexham which has a 1Gbps point to point circuit.
Full summary details are provided in Section 1.3 in the attached document.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 66
This contract is subject to renewal: Yes
Description of renewals:
The contract may be extended for a further 12 months
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
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
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.2) Economic and financial standing
List and brief description of selection criteria:
The selected organisation must pass a Dunn and Bradstreet check (or equivalent) which rates the organisation as having lower than or equal to an average risk of failure.
in addition, the selected organisation must confirmation that they have or will acquire the following:
- Employer’s (Compulsory) Liability Insurance = GBP 5m
- Public Liability Insurance = GBP 5m
- Professional Indemnity Insurance = GBP 2m
Minimum level(s) of standards required:
Financial - lower than or equal to an average risk of failure based on a Dunn & Bradstreet check.
Insurance in place or confirmed it will be obtain:
- Employer’s (Compulsory) Liability Insurance = GBP 5m
- Public Liability Insurance = GBP 5m
- Professional Indemnity Insurance = GBP 2m
III.1.3) Technical and professional ability
List and brief description of selection criteria:
1. Your proposed solution is certified by VMWare, Citrix and VEEAM to work on their very latest versions of software. Please provide full details of this certification below.
2. That your proposed delivery team are certified to at MSCA, CCNA, VCP6.5-DCV. Please provide full details of the certifications and the numbers of staff with these levels of certifications.
3. That you have achieved the following minimum levels VMware Enterprise Partner, Veeam partner, Microsoft silver. Please provide proof of these certifications and detail any additional certifications or specialisms your organisation has achieved.
Minimum level(s) of standards required:
1. Your proposed solution is certified by VMWare, Citrix and VEEAM to work on their very latest versions of software. Please provide full details of this certification below.
2. That your proposed delivery team are certified to at MSCA, CCNA, VCP6.5-DCV. Please provide full details of the certifications and the numbers of staff with these levels of certifications.
3. That you have achieved the following minimum levels VMware Enterprise Partner, Veeam partner, Microsoft silver. Please provide proof of these certifications and detail any additional certifications or specialisms your organisation has achieved.
III.2) Conditions related to the 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
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
26/03/2018
Local time: 09:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Tender must be valid until:
26/09/2018
IV.2.7) Conditions for opening of tenders
Date:
26/03/2018
Local time: 09:00
Place:
Pennaf Head Office
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.3) Additional information
Pennaf reserves the right to award all, part or none of the contract.
NOTE: To register your interest in this notice and obtain any additional information please visit the Sell2Wales Web Site at http://www.sell2wales.gov.wales/Search/Search_Switch.aspx?ID=77692.
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at http://www.sell2wales.gov.wales/sitehelp/help_guides.aspx.
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
(WA Ref:77692)
VI.4) Procedures for review
VI.4.1) Review body
Pennaf Housing Group
72 Ffordd William Morgan, St Asaph Business Park
St Asaph
LL17 OJD
UK
Telephone: +44 1745536907
Internet address(es)
URL: http://www.pennafgroup.co.uk
VI.5) Date of dispatch of this notice
20/02/2018