Tender

IT Managed Service

  • Clyde Valley Housing Association Limited

F02: Contract notice

Notice identifier: 2022/S 000-011327

Procurement identifier (OCID): ocds-h6vhtk-0332dc

Published 3 May 2022, 12:00pm



Section one: Contracting authority

one.1) Name and addresses

Clyde Valley Housing Association Limited

50 Scott Street

Motherwell

ML1 1PN

Email

it@cvha.org.uk

Telephone

+44 1698268855

Fax

+44 1698268855

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://cvha.co.uk/

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