Tender

IT Services Partner - English Rural Housing Association

  • English Rural Housing Association

F02: Contract notice

Notice identifier: 2022/S 000-005241

Procurement identifier (OCID): ocds-h6vhtk-031b15

Published 25 February 2022, 9:52am



The closing date and time has been changed to:

31 March 2022, 12:00pm

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

English Rural Housing Association

7A Strutton Ground, Westminster

London

SW1P 2HY

Email

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

Email

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