Section one: Contracting authority
one.1) Name and addresses
English Rural Housing Association
7A Strutton Ground, Westminster
London
SW1P 2HY
andrew.buckels@3cconsultants.co.uk
Telephone
+44 7824018916
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
https://www.englishrural.org.uk/
Buyer's address
https://www.mytenders.co.uk/search/Search_AuthProfile.aspx?ID=AA42865
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://www.mytenders.co.uk.uk/
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://www.mytenders.co.uk.uk/
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Housing and community amenities
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
IT Services Partner - English Rural Housing Association
two.1.2) Main CPV code
- 72222300 - Information technology services
two.1.3) Type of contract
Services
two.1.4) Short description
English Rural has a current Managed Service provider, who's contract expires in July 22. They are therefore seeking to procure a new IT services partner to provision hosting of their infrastructure, IT support and support in enhancing their current ways of working through innovation.
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 72910000 - Computer back-up services
- 72253000 - Helpdesk and support services
- 72253200 - Systems support services
- 72222000 - Information systems or technology strategic review and planning services
- 32430000 - Wide area network
- 32428000 - Network upgrade
- 32427000 - Network system
- 32425000 - Network operating system
- 32422000 - Network components
- 72611000 - Technical computer support services
- 32413100 - Network routers
- 72514000 - Computer facilities management services
- 32412110 - Internet network
- 32412000 - Communications network
- 32571000 - Communications infrastructure
- 32424000 - Network infrastructure
- 72267100 - Maintenance of information technology software
- 72222300 - Information technology services
two.2.3) Place of performance
NUTS codes
- UKI32 - Westminster
Main site or place of performance
7A Strutton Ground, London SW1P 2HY
two.2.4) Description of the procurement
As a minimum, this contract with be the provision of an IT Services Partner to cover the following areas:
Microsoft 365 and Application Server(s)
DR and Backup
Cyber Security
End user Support and Device management
Wireless and Networking
Telephony
We have developed what we believe to be a list of core IT responsibilities and have identified those which English Rural will take ownership on, and those which we will be looking for our new IT Services Partner to take ownership of.
two.2.5) Award criteria
Quality criterion - Name: Presentation / Weighting: 20
Quality criterion - Name: Tender Response / Weighting: 30
Quality criterion - Name: Suitability / Weighting: 10
Cost criterion - Name: Price / Weighting: 40
two.2.6) Estimated value
Value excluding VAT: £180,000
two.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 for 2 periods of 12 months - 3+1+1 contract
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
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 three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.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 documentation
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
Selection Criteria as stated in the documentation
three.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 four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
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.2.2) Time limit for receipt of tenders or requests to participate
Originally published as:
Date
28 March 2022
Local time
12:00pm
Changed to:
Date
31 March 2022
Local time
12:00pm
See the change notice.
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
28 March 2022
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.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.
NOTE: To register your interest in this notice and obtain any additional information please visit the myTenders Web Site at https://www.mytenders.co.uk/Search/Search_Switch.aspx?ID=225530.
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.mytenders.co.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.
(MT Ref:225530)
six.4) Procedures for review
six.4.1) Review body
Public Procurement Review Service
Cabinet Office
London
publicprocurementreview@cabinetoffice.gov.uk
Telephone
+44 3450103503
Country
United Kingdom
Internet address
https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit