Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

ITC Infrastructure and Support Services

  • First published: 05 November 2019
  • Last modified: 05 November 2019

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
Published by:
Langstane Housing Association Ltd
Authority ID:
AA42131
Publication date:
05 November 2019
Deadline date:
02 December 2019
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

ICT Infrastructure and support services.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Langstane Housing Association Ltd

680 King Street

Aberdeen

AB24 1SL

UK

Contact person: Claire McEleny

Telephone: +44 1224423000

E-mail: claire.mceleny@langstane-ha.co.uk

NUTS: UKM50

Internet address(es)

Main address: http://www.langstane-ha.co.uk

Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA14482

I.2) Joint procurement

The contract is awarded by a central purchasing body

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

https://www.publiccontractsscotland.gov.uk


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://www.publiccontractsscotland.gov.uk


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:

https://www.publiccontractsscotland.gov.uk


I.4) Type of the contracting authority

Other: Housing Association

I.5) Main activity

Housing and community amenities

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

ITC Infrastructure and Support Services

II.1.2) Main CPV code

50312600

 

II.1.3) Type of contract

Services

II.1.4) Short description

Langstane Housing Association is seeking a suitably experienced IT service provider to work with the Association. We require a reliable, resilient and performing IT infrastructure to help support its strategic development over the next 3 years and to support day to day business operations. The key outputs required will be:

— fully hosted service either cloud or servers considered,

— replacement of all current virtualised servers to a new virtual platform and upgrading operating systems where appropriate,

— reliable and resilient hosted service for delivering IT infrastructure including business continuity services for all components of the infrastructure,

— support service agreement for IT infrastructure,

— fully scoped project delivery plan including testing.

II.1.5) Estimated total value

Value excluding VAT: 182 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

72222300

II.2.3) Place of performance

NUTS code:

UKM50


Main site or place of performance:

Aberdeen city.

II.2.4) Description of the procurement

ICT Infrastructure and support services.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 60

Cost criterion: Cost / Weighting: 40

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 36

This contract is subject to renewal: Yes

Description of renewals:

Option to extend the contract for a further 2 years basis on a year by year basis.

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 5

Objective criteria for choosing the limited number of candidates:

The ESPD will be assessed to ensure all bidders pass the threshold criteria for working with a public body and questions 4C.1.2, 4C.2,4C.4, 4C.6 and 4C.6.1 and 4C.8.1 and 4.c.8.2. The 5 bidders who have passed all other sections will be invited to go through to the tender stage of the procurement procedure. If less than 5 bidders pass all sections of the ESPD only the bidders who pass all sections will be allowed to proceed to tender stage. If the Association decide there is insufficient acceptable bidders the procurement may be cancelled.

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.12) Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue

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

Economic operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015.

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:

The bidder must provide their company number and must have BS OHSAS 18001 (or equivalent) or have within the last 12 months or are in the process of working toward successfully meeting the assessment requirements of the above related scheme and registered membership. The bidder must hold a UKAS or equivalent non-UKAS accreditation or accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent) or the bidder must have a relevant signed quality policy.

III.1.2) Economic and financial standing

List and brief description of selection criteria:

Please refer to these statements when completing Section 4B of the ESPD (Scotland). Question Reference 4B.2.1 The bidder should have a specific yearly turnover of 540 000 GBP for the last 3 years in the business area covered by the contract. Langstane Housing Association will request annual accounts from bidder as evidence.

Question Reference 4B.3 Where turnover information is not available for the period requested the bidder will be required to state the date which they were set up/started trading.

Question Reference 4B.5.1 It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commencement of any subsequent awarded contract, the types and levels of insurance indicated below:

— employers (compulsory) liability insurance: 10 000 000 GBP,

— public liability insurance: 10 000 000 GBP,

— professional indemnity insurance: 2 000 000 GBP.


III.1.3) Technical and professional ability

List and brief description of selection criteria:

Bidders will be required to provide examples that demonstrates that they have relevant experience to deliver the works as described in Part 11.1.4 of the contract notice.

Unsatisfactory experience will result in a fail and exclusion from the tender process.

In response to Question 4C.1.2 Bidders will be required to provide no more than 3 examples of a similar scope, size and nature, within the last 3 years that demonstrate that they have the relevant experience to deliver the works.

The projects must therefore be predominately works in ICT Infrastructure and Support Services. Examples must be taken from contracts where the bidder was working as the main contractor. The contracts put forward as evidence for this must have been on-going for at least 12 months and the bidder must be able to provide evidence of this.

In response to Question 4C.2 Bidders will be required to confirm details of the technicians or technical bodies who they can call upon, especially those responsible for quality control. The bidder should hold ISO 2000, ISO 22301, ISO 27018 *ISO 27032, ISO 27040, ISO 17789, ISO 31000. *Refers to cloud hosted services rather than a physical infrastructure and scoring will be considered depending on the bidders preferred proposal method.

In response to Question 4C.4. Bidders will be required to provide details of relevant supply chain management and tracking systems required e.g. stock/IT systems utilised, logistics management.

In response to Question 4C.6 and 4C.6.1 Bidders will be required to provide evidence of professional qualifications held by the service provider and managerial staff delivering the contract.

In response to Question 4C.8.1 and 8.2 Bidders must provide details of the average annual manpower and managerial staff for the last 3 year. This is to ensure there is appropriate back up to deliver the contract needs.

In response to 4D.1 Quality Assurance Scheme and Environmental Management Standards — The bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent).

Alternatively in response to 4D.1.1 Bidders will be required to provide their alternative proof of quality compliance by providing a statement setting out their quality management procedures providing proof that these are being implemented. Bidders must hold BS EN ISO 9001 (or equivalent) or the bidder must have a relevant and signed environmental policy. Or hold a UKAS (or equivalent) or have regularly reviewed and documented H&S policy endorsed by a CEO. The policy must be relevant to the nature and scale of your operations.

4D.2 Bidders must hold a UKAS (or equivalent) or valid EMAS (or equivalent) accredited independent third party certificate of compliance with BS EN ISO 14001 (or equivalent) or valid EMAS (or equivalent) certificate or have a regularly reviewed and documented environmental management policy authorised by the CEO. Bidders should be compliant with the Waste Electrical and Electronic Equipment Directive (WEEE) 2012/19/EU.

Unsatisfactory response to Section D will result in a failure score from the selection procedure.


III.2) Conditions related to the contract

III.2.2) Contract performance conditions

The tenderer will be expected to provide the full provision within this contract. KPI'S will be be agreed prior to contract award.

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

Restricted procedure

IV.1.6) Information about electronic auction

An electronic auction will be used

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: 02/12/2019

Local time: 17:00

IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

Date: 16/12/2019

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

Tender must be valid until: 01/04/2020

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published:

At the end of the contract period.

VI.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

VI.3) Additional information

Please ensure that you comprehensively read and understand the ESPD and associated documents as failure to complete these correctly and as requested may result in you being removed from the tender process. 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.

Note: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland website at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=601594

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.publiccontractsscotland.gov.uk/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.

(SC Ref:601594)

VI.4) Procedures for review

VI.4.1) Review body

Langstane Housing Association Ltd

680 King Street

Aberdeen

AB24 1SL

UK

Telephone: +44 1224423000

Internet address(es)

URL: http://www.langstane-ha.co.uk

VI.4.2) Body responsible for mediation procedures

Langstane Housing Association Ltd

680 King Street

Aberdeen

AB24 1SL

UK

Telephone: +44 1224423000

VI.4.4) Service from which information about the review procedure may be obtained

Langstane Housing Association

680 King Street

Aberdeen

AB24 1SL

UK

Telephone: +44 1224423000

Internet address(es)

URL: www.langstane-ha.co.uk

VI.5) Date of dispatch of this notice

31/10/2019

Coding

Commodity categories

ID Title Parent category
72222300 Information technology services Information systems or technology strategic review and planning services
50312600 Maintenance and repair of information technology equipment Maintenance and repair of computer equipment

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
claire.mceleny@langstane-ha.co.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.