Section one: Contracting authority
one.1) Name and addresses
Langstane Housing Association Ltd
680 King Street
Aberdeen
AB24 1SL
Contact
Marcie Ballance
procurement@langstane-ha.co.uk
Telephone
+44 1224423000
Country
United Kingdom
NUTS code
UKM5 - North Eastern Scotland
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA14482
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
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
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
Cloud Based IT Infrastructure and Support Services
Reference number
T21-003
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
Langstane's requirements are for a reliable, resilient and high performing cloud-based IT infrastructure to support our strategic development over the next 3-5 years, and to fully support day to day business operations of the proposed cloud environment and infrastructure.
The key requirements are:
– Migration of all current virtualised servers to a new virtual environment hosted on a cloud platform integrated with Microsoft 365.
– A fully hosted service for delivering IT infrastructure up to and including operating system level.
– Upgrading of virtual machine operating systems, where appropriate based on application constraints.
– Migration of the current Exchange and Office 2010 environment to Microsoft 365.
– Cloud based provisioning of Laptop and Desktop PC’s using standard images per role.
– A platform to ensure secure access to cloud based applications and services from provisioned laptops and desktops ensuring security and integrity of those laptops, desktops, data and infrastructure.
– Proactive management of the migrated infrastructure.
two.1.5) Estimated total value
Value excluding VAT: £225,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 72000000 - IT services: consulting, software development, Internet and support
- 72220000 - Systems and technical consultancy services
- 72222300 - Information technology services
- 72224100 - System implementation planning services
- 72222000 - Information systems or technology strategic review and planning services
- 72227000 - Software integration consultancy services
- 72246000 - Systems consultancy services
- 72250000 - System and support services
- 72263000 - Software implementation services
- 72266000 - Software consultancy services
two.2.3) Place of performance
NUTS codes
- UKM5 - North Eastern Scotland
Main site or place of performance
Aberdeen
two.2.4) Description of the procurement
Langstane's requirements are for a reliable, resilient and high performing IT infrastructure to support our strategic development over the next 3-5 years, and to fully support day to day business operations of the proposed cloud environment and infrastructure.
The key requirements are:
– Migration of all current virtualised servers to a new virtual environment hosted on a cloud platform integrated with Microsoft 365.
– A fully hosted service for delivering IT infrastructure up to and including operating system level.
– Upgrading of virtual machine operating systems, where appropriate based on application constraints.
– Migration of the current Exchange and Office 2010 environment to Microsoft 365.
– Cloud based provisioning of Laptop and Desktop PC’s using standard images per role.
– A platform to ensure secure access to cloud based applications and services from provisioned laptops and desktops ensuring security and integrity of those laptops, desktops, data and infrastructure.
– Proactive management of the migrated infrastructure.
The tender process will be carried out as a Competitive Procedure with Negotiation.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £225,000
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
12 + 12 months
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
Objective criteria for choosing the limited number of candidates:
Criteria for choosing candidates is set out in the Specification & Instructions document
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.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Competitive procedure with negotiation
four.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated
four.1.5) Information about negotiation
The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations
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: 2019/S 213-523152
four.2.2) Time limit for receipt of tenders or requests to participate
Date
28 July 2021
Local time
5:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
9 August 2021
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: No
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=658481.
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: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361
A summary of the expected community benefits has been provided as follows:
Bidders will be asked to commit to providing proportionate community benefits which relate to their field of expertise
(SC Ref:658481)
six.4) Procedures for review
six.4.1) Review body
Aberdeen Sherriff Court
Castle Street
Aberdeen
AB10 1WP
Country
United Kingdom