Cross Keys Homes is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | IT Managed Service Contract |
Notice type: | Contract Notice |
Authority: | Cross Keys Homes |
Nature of contract: | Services |
Procedure: | Competitive Dialogue |
Short Description: | Cross Keys Homes has core IT infrastructure (servers, storage and core switches) that has been provided as a service through the current managed service contract since October 2018 by Castleton, a managed service provider, via a hosted environment. The Castleton managed services and data centre hosting contract expires at the end of May 2021. It is therefore important that Cross Keys Homes now start a project to refresh its infrastructure and discuss with potential bidders future options for hosting, and/or public/private cloud and managed service provision to move ahead with the enhancements of its business application portfolio and business strategy |
Published: | 10/08/2020 10:45 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Cross Keys Homes Limited, 04557701
Shrewsbury Avenue, Woodston, Peterborough, PE2 7BZ, United Kingdom
Tel. +44 7884116744, Email: david.isherwood@3cconsultants.co.uk
Contact: David Isherwood
Main Address: http://www.crosskeyshomes.co.uk
NUTS Code: UKH12
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: Yes.
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.delta-esourcing.com/tenders/UK-UK-Peterborough:-Information-technology-services./T257P3BREA
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: IT Managed Service Contract
Reference Number: Not provided
II.1.2) Main CPV Code:
72222300 - Information technology services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: Cross Keys Homes has core IT infrastructure (servers, storage and core switches) that has been provided as
a service through the current managed service contract since October 2018 by Castleton, a managed service
provider, via a hosted environment. The Castleton managed services and data centre hosting contract expires
at the end of May 2021.
It is therefore important that Cross Keys Homes now start a project to refresh its infrastructure and discuss with
potential bidders future options for hosting, and/or public/private cloud and managed service provision to move
ahead with the enhancements of its business application portfolio and business strategy
II.1.5) Estimated total value:
Value excluding VAT: 5,000,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV codes:
72222300 - Information technology services.
72223000 - Information technology requirements review services.
72267100 - Maintenance of information technology software.
32424000 - Network infrastructure.
32571000 - Communications infrastructure.
32412000 - Communications network.
32412110 - Internet network.
72514000 - Computer facilities management services.
72611000 - Technical computer support services.
32413100 - Network routers.
32415000 - Ethernet network.
32421000 - Network cabling.
32422000 - Network components.
32425000 - Network operating system.
32427000 - Network system.
32428000 - Network upgrade.
32430000 - Wide area network.
72222000 - Information systems or technology strategic review and planning services.
72253200 - Systems support services.
72253000 - Help-desk and support services.
72910000 - Computer back-up services.
II.2.3) Place of performance:
UKH12 Cambridgeshire CC
II.2.4) Description of procurement: Cross Keys Homes has core IT infrastructure (servers, storage and core switches) that has been provided as
a service through the current managed service contract since October 2018 by Castleton, a managed service
provider, via a hosted environment. The Castleton managed services and data centre hosting contract expires
at the end of May 2021.
It is therefore important that Cross Keys Homes now start a project to refresh its infrastructure and discuss with
potential bidders future options for hosting, and/or public/private cloud and managed service provision to move
ahead with the enhancements of its business application portfolio and business strategy.
The initial contract duration will be for three (3) years, with the option to extend by a further two (2) periods of one (1) year each. The estimated value (excluding VAT) for the initial three (3) year term is £3,000,000 (three million).
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: 5,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 60
This contract is subject to renewal: No
Description of renewals: Not provided
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: As stated in the procurement documents
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: Yes
Description of options: The initial term of the contract will be 3 years (36 months) and Cross Keys Homes shall have the options, at its sole discretion, to extend the duration by two periods, each of 1 year (12 months), giving a maximum possible contract term of 5 years (60 months).
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: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/T257P3BREA
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
Selection criteria as stated in the procurement documents
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 COMPETITIVE_DIALOGUE
IV.1.1) Type of procedure:Competitive dialogue
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement - NO
In the case of framework agreements justification for any duration exceeding 4 years: Not Provided
IV.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue: Yes.
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: Yes
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: 14/09/2020 Time: 17:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 05/10/2020
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:
Duration in month(s): 6
Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: No
Estimated timing for further notices to be published: Not provided
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.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Peterborough:-Information-technology-services./T257P3BREA
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/T257P3BREA
VI.4) Procedures for review
VI.4.1) Review body:
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 conduct itself in accordance with the Public Contracts Regulations 2015.
VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
VI.5) Date Of Dispatch Of This Notice: 10/08/2020
Annex A