Contract

ID 3934214 DoF - Cloud, Infrastructure and Support Services

  • Department of Finance DoF

F03: Contract award notice

Notice identifier: 2023/S 000-003527

Procurement identifier (OCID): ocds-h6vhtk-0347ea

Published 6 February 2023, 9:04am



Section one: Contracting authority

one.1) Name and addresses

Department of Finance DoF

Craigantlet Buildings

BELFAST

BT4 3SX

Email

StrategicDelivery.CPD@finance-ni.gov.uk

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

https://etendersni.gov.uk/epps

Buyer's address

https://etendersni.gov.uk/epps

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

ID 3934214 DoF - Cloud, Infrastructure and Support Services

Reference number

ID 3934214

two.1.2) Main CPV code

  • 72000000 - IT services: consulting, software development, Internet and support

two.1.3) Type of contract

Services

two.1.4) Short description

The Department of Finance (DoF) wishes to appoint a Contractor for the provision of Cloud, Infrastructure and Support Services (Contract). The Contract will engage a partner for IT Assist (within DoF) who can not only support the existing infrastructure but will also be able to supply new technology and carry out new and innovative projects in order to fulfil IT Assist’s ICT Strategy. The vision is that IT Assist will be able to not only replenish and maintain their on-premise environment but also use public cloud facilities. The Contract will be for an initial period of 7 years with the options to extend for two further periods of 2 years and 1 year each.

two.1.6) Information about lots

This contract is divided into lots: No

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £60,000,000

two.2) Description

two.2.2) Additional CPV code(s)

  • 48213000 - Operating system enhancement software package
  • 48214000 - Network operating system software package
  • 48215000 - Networking developers' software package
  • 48216000 - Network connectivity terminal emulation software package
  • 48219000 - Miscellaneous networking software package
  • 48219100 - Gateway software package
  • 48219500 - Switch or router software package
  • 48219700 - Communications server software package
  • 48211000 - Platform interconnectivity software package
  • 48620000 - Operating systems
  • 48710000 - Backup or recovery software package
  • 48730000 - Security software package
  • 48750000 - Storage media loading software package
  • 48760000 - Virus protection software package
  • 48770000 - General, compression and print utility software package
  • 48780000 - System, storage and content management software package
  • 48800000 - Information systems and servers
  • 48810000 - Information systems
  • 48820000 - Servers
  • 48920000 - Office automation software package
  • 48980000 - Programming languages and tools
  • 72000000 - IT services: consulting, software development, Internet and support
  • 72100000 - Hardware consultancy services
  • 72110000 - Hardware selection consultancy services
  • 72120000 - Hardware disaster-recovery consultancy services
  • 72130000 - Computer-site planning consultancy services
  • 72140000 - Computer hardware acceptance testing consultancy services
  • 72150000 - Computer audit consultancy and hardware consultancy services
  • 72200000 - Software programming and consultancy services
  • 72210000 - Programming services of packaged software products
  • 72220000 - Systems and technical consultancy services
  • 72230000 - Custom software development services
  • 72240000 - Systems analysis and programming services
  • 72250000 - System and support services
  • 72260000 - Software-related services
  • 72300000 - Data services
  • 72320000 - Database services
  • 72330000 - Content or data standardization and classification services
  • 72500000 - Computer-related services
  • 72510000 - Computer-related management services
  • 72540000 - Computer upgrade services
  • 72590000 - Computer-related professional services
  • 72600000 - Computer support and consultancy services
  • 72610000 - Computer support services
  • 72700000 - Computer network services
  • 72710000 - Local area network services
  • 72720000 - Wide area network services
  • 72800000 - Computer audit and testing services
  • 72810000 - Computer audit services
  • 72820000 - Computer testing services
  • 72900000 - Computer back-up and catalogue conversion services
  • 72910000 - Computer back-up services
  • 72920000 - Computer catalogue conversion services

two.2.3) Place of performance

NUTS codes
  • UKN - Northern Ireland

two.2.4) Description of the procurement

The Department of Finance (DoF) wishes to appoint a Contractor for the provision of Cloud, Infrastructure and Support Services (Contract). The Contract will engage a partner for IT Assist (within DoF) who can not only support the existing infrastructure but will also be able to supply new technology and carry out new and innovative projects in order to fulfil IT Assist’s ICT Strategy. The vision is that IT Assist will be able to not only replenish and maintain their on-premise environment but also use public cloud facilities. The Contract will be for an initial period of 7 years with the options to extend for two further periods of 2 years and 1 year each.

two.2.5) Award criteria

Quality criterion - Name: AC1 Transition and On Premise Service Continuity / Weighting: 10.45

Quality criterion - Name: AC2 Transition to Multi Cloud Platform / Weighting: 10.45

Quality criterion - Name: AC3 Social Value / Weighting: 10.45

Quality criterion - Name: AC4 Personnel Experience / Weighting: 8.25

Quality criterion - Name: AC5 Managing the Introduction of a New or Changed ICT Service / Weighting: 6.05

Quality criterion - Name: AC6 On Premise Infrastructure / Weighting: 5.5

Quality criterion - Name: AC7 Data Centre Footprint / Weighting: 3.85

Cost criterion - Name: AC8 Total Contract Price / Weighting: 45

two.2.11) Information about options

Options: Yes

Description of options

The contract will have two options to extend subject to the terms of the contract and the performance of the successful Economic Operator for up to 2 years followed by a further period of up to 1 year.

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Competitive procedure with negotiation

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2022/S 000-016709


Section five. Award of contract

Contract No

1

Title

Contract

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

6 February 2023

five.2.2) Information about tenders

Number of tenders received: 9

Number of tenders received from SMEs: 0

Number of tenders received from tenderers from other EU Member States: 1

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 9

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

HEWLETT-PACKARD IRELAND LIMITED

LIFFEY PARK TECHNOLOGY CAMPUS

LEIXLIP

NA

Email

rose.heverin@hpe.com

Telephone

+353 91438021

Country

Ireland

NUTS code
  • IE - Ireland
Internet address

https://etendersni.gov.uk/epps

The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £60,000,000

Total value of the contract/lot: £60,000,000


Section six. Complementary information

six.3) Additional information

The successful Contractor’s performance will be managed as per the specification. and regularly monitored. Contractors not delivering. on contract requirements is a serious matter. It means the public purse is not getting what it is paying for. If a Contractor fails to reach. satisfactory levels of contract performance they will be given a specified time to improve. If, after the specified time, they still fail to. reach satisfactory levels of contract performance, the matter will be escalated to senior management in CPD for further action. If this. occurs and their performance still does not improve to satisfactory levels within the specified period, it may be grounds for termination. of the contract at the Contractor's expense. In lieu of termination they may be issued with a Notice of Written Warning or a Notice of. Unsatisfactory Performance. A central register of such Notices for supplies and services Contracts will be maintained and published. on. the CPD website. Any Contractor in receipt of multiple Notices of Written Warning or Notices of Unsatisfactory Performance will be. required. to declare this in future tender submissions for a period of three years from the date of issue of the Notice. It may also result in. the. Contractor being excluded from all procurement competitions being undertaken by Centres of Procurement.

six.4) Procedures for review

six.4.1) Review body

The UK does not have any special review body with responsibility for appeal/mediation procedures in public procurement competitions. Any challenges are dealt with by the High Court Commercial Division to which proceedings may be issued regarding alleged breaches of the Public Contracts Regulations.

Belfast

Country

United Kingdom