Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Hafod Housing Association Limited
Saint Hilary Court, Copthorne Way, Culverhouse Cross
CARDIFF
CF5 6ES
UK
Telephone: +44 2920675823
E-mail: mark.hames@hafod.org.uk
Fax: +44 2920672499
NUTS: UKL22
Internet address(es)
Main address: www.hafod.org.uk
Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA1147
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
www.sell2wales.gov.wales
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
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
IT Infrastructure Services Contract
II.1.2) Main CPV code
72222300
II.1.3) Type of contract
Services
II.1.4) Short description
Hafod Housing Association Limited wishes to enter into a public services contract with a suitably experienced and qualified service provider for the provision of an IT infrastructure and managed service.
Full details of Hafod's requirements are set out in the Technical Statement of Requirements (available at the Portal address stated above).
The successful service provider will enter into a bespoke form of services contract with Hafod for an initial term of 3 years with an option at Hafod's sole discretion to extend for a further 2 periods of 1 year giving a total possible term of 5 years. The estimated value of the Contract is GBP 835,000 ex VAT
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
72223000
72222300
72267100
32424000
32571000
32412000
32412110
72514000
72611000
32413100
32415000
32421000
32422000
32425000
32427000
32428000
32430000
72222000
72251000
72253000
72253200
72910000
II.2.3) Place of performance
NUTS code:
UKL22
II.2.4) Description of the procurement
Hafod Housing Association Limited wishes to enter into a public services contract with a suitably experienced and qualified service provider for the provision of an IT infrastructure and managed services contract (the "Solution").
The successful Service Provider will enter into a bespoke form of services contract with Hafod for an initial term of 3 years with an option at Hafod's sole discretion to extend for a further 2 periods of 1 year giving a total possible term of 5 years. The estimated value of the Contract is 835,000 GBP ex VAT.
The Solution shall provide the following core functional and/or performance requirements from the Go-Live Date:
- Servers/Computers;
- Storage;
- Backup;
- Core switches;
- Disaster Recovery (DR);
- Hosting/Cloud services;
- Network Connectivity Services;
- Implementation services; and
- Managed support services for the above.
In addition, Hafod wishes to explore whether the Solution can provide the following optional service requirements (in addition to the above core requirements) which shall be delivered from an agreed Go-Live Date:
- Microsoft Licensing for end users and servers including user CALs;
- Email and Calendar services (e.g. Microsoft Exchange); and/or
- LAN switches.
As the existing core IT infrastructure (including servers, storage and core switches) is deployed in a server room in its Head Office for production systems, the Solution will need to be deployed by the Supplier so that it seamlessly integrates with every aspect of Hafod's existing IT infrastructure. The Solution must therefore be architected so there are no barriers for integration.
The successful Service Provider must adopt a service delivery model that consists of:
- Some use of cloud services, e.g. Microsoft Office 365;
- Production environment delivered externally either from a CoLocation (CoLo) data centre or as a private/public cloud;
- Backup as a Service; and
- DR as a Service.
For the avoidance of doubt, variants of this service delivery configuration for the Solution will be considered as non-compliant.
Full details of Hafod's requirements are set out in the Technical Statement of Requirements (available at the Portal address stated above).
Applicants should have suitable experience of supplying and integrating IT infrastructure and managed services to a high quality, and should have demonstrable experience in working collaboratively with their clients. The successful Service Provider will be expected to maintain a close relationship with Hafod during the delivery of the Services and to liaise regularly on project progress."
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: 60
This contract is subject to renewal: Yes
Description of renewals:
two periods, each of 1 year.
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 3
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.1.1) 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
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
As stated in the procurement documents.
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Competitive dialogue
IV.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated
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:
18/09/2019
Local time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date:
04/10/2019
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
Duration in months: 6 (from the date stated for receipt of tender)
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.3) Additional information
Hafod anticipates that the Business Transfers Directive 2001/23/EC as implemented by the Transfer of Undertakings (Protection of Employment) Regulations 2006 will apply to the transfer of personnel from the incumbent service provider under this tender exercise. The detailed requirements in respect of any TUPE transfer will be set out in the proposed Contract.
Hafod reserves the right not to award any contract pursuant to this procurement exercise and/or to abandon this procurement exercise at any time and/or to award a contract for part of the services at its sole discretion. Hafod shall have no liability whatsoever to any applicant or tenderer as a result of its exercise of that discretion. For the avoidance of doubt, all costs incurred by any applicant and/or tenderer before signature of any contract with Hafod shall be incurred entirely at that applicant's/tenderer's risk.
NOTE: To register your interest in this notice and obtain any additional information please visit the Sell2Wales Web Site at https://www.sell2wales.gov.wales/Search/Search_Switch.aspx?ID=94327.
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://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:94327)
VI.4) Procedures for review
VI.4.1) Review body
High Court of England and Wales
Royal Courts of Justice
London
WC1A 2LL
UK
VI.5) Date of dispatch of this notice
19/08/2019