Section one: Contracting authority
one.1) Name and addresses
Clyde Valley Housing Association Limited
50 Scott Street
Motherwell
ML1 1PN
Telephone
+44 1698268855
Fax
+44 1698268855
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA11082
one.3) Communication
Access to the procurement documents is restricted. Further information can be obtained at
www.publiccontractsscotland.gov.uk
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
www.publiccontractsscotland.gov.uk
one.4) Type of the contracting authority
Other type
Housing Association
one.5) Main activity
Housing and community amenities
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
IT Managed Service
two.1.2) Main CPV code
- 72222000 - Information systems or technology strategic review and planning services
two.1.3) Type of contract
Services
two.1.4) Short description
Clyde Valley Housing Association wishes to procure an IT Services Partner to work with us over the next 3-5 years to deliver an IT managed service contract. Details of scope can be found in the attached ITT document.
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 72222000 - Information systems or technology strategic review and planning services
two.2.3) Place of performance
NUTS codes
- UKM84 - North Lanarkshire
Main site or place of performance
Motherwell
two.2.4) Description of the procurement
The core scope includes the following:
-Advisory services with respect to the use of Microsoft cloud to support digital transformation in housing associations
-Microsoft 365, Office 365 support backed up by appropriate Microsoft gold competencies
-Full management of Office 365 including licencing. Being a registered charity Non-Profit pricing will be required. This would also need to include domain management of new and existing domain names
-Full management and support of Citrix environment
-Management and administration of M365 licensing and active asset management to set an appropriate plan and budget for device refresh and infrastructure renewals
-Physical and virtualised application / database server maintenance and support
-Monitoring and management of the current Datto backup solution inc. verification and testing of backups to ensure ongoing integrity and assurance of the backup effectiveness and ongoing ability to restore data and apps
-Management of our Sophos AV estate and endpoints
-Disaster recovery and business continuity services including the testing and maintenance of the DR plan. In the event of a major event that renders on site equipment unusable (e.g. theft, flooding, failure etc.) suppliers must be able to restore all systems (including the provision of alternative core equipment) with data restored to the latest backup within 72 hours. All data storage and retention is to meet relevant data protection legislation. There must be a minimum of one full, successful Disaster Recover Test per year with documented evidence of the test. Where appropriate, the report should include recommendations for changes/improvements to the recovery process
-Device management including patch management of end user devices and all active equipment on the infrastructure at per ITSM configuration management best practice
-End user support inc. 1st, 2nd, 3rd line 08:00-18:00 Monday to Friday for c100 users
-Active network monitoring / remote monitoring with out of hours identification, triage and resolution of all outages/faults 24x7 excluding bank holidays. Proactive checking of servers to identify potential faults and take appropriate action before the fault causes issues for users
-Asset Management
-Wireless, local area and wide area networking
-ITSM ITIL lifecycle management
-CSM, account management, road mapping and performance reporting
-Proactive and partnership approach to delivering innovation to the Association, presenting ideas, improvements and future roadmap to improve the Association’s security, resilience, network and applications.
-We will require as a minimum weekly review meetings with a Client Manager during our transition period, and quarterly thereafter with a monthly report to review helpdesk queries and SLA and KPI performance to date.
In addition, there are other services which may come online during the course of the contract. These are detailed in the ITT document.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 70
Price - Weighting: 30
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
2 x 1 year extensions
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 5
Maximum number: 8
Objective criteria for choosing the limited number of candidates:
Selection criteria as detailed in the ITT document.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
In addition to the core services there are other services which may come online during the course of the contract. These are detailed in the ITT document. Whether these come online is at the sole discretion of the Association.
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.1.2) Economic and financial standing
List and brief description of selection criteria
Insurance
Minimum Turnover
Financial Health
Minimum level(s) of standards possibly required
Public liability GBP 5 million
Employers liability GBP 10 million
Professional Indemnity GBP 10 million
Minimum Turnover GBP 85 thousand per annum
Financial Health 2 years of accounts must be submitted and pass a financial health check
three.1.3) Technical and professional ability
List and brief description of selection criteria
Past experience
Minimum level(s) of standards possibly required
2 relevant examples of similar size & nature services provided by the Tenderer over the past 3 years to demonstrate that the Tenderer holds the relevant experience to deliver the services as set above.
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
Contract will be subject to Key Performance Indicators
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
Restricted 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
Date
2 June 2022
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
13 June 2022
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 3 (from the date stated for receipt of tender)
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: 5 years
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=691809.
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.
Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/
A summary of the expected community benefits has been provided as follows:
This will be a question in the tender process.
(SC Ref:691809)
six.4) Procedures for review
six.4.1) Review body
Hamilton Sheriff Court
Hamilton
Country
United Kingdom