Tender

Cloud Based IT Infrastructure and Support Services

  • Langstane Housing Association Ltd

F02: Contract notice

Notice identifier: 2021/S 000-014485

Procurement identifier (OCID): ocds-h6vhtk-02c008

Published 25 June 2021, 9:15am



Section one: Contracting authority

one.1) Name and addresses

Langstane Housing Association Ltd

680 King Street

Aberdeen

AB24 1SL

Contact

Marcie Ballance

Email

procurement@langstane-ha.co.uk

Telephone

+44 1224423000

Country

United Kingdom

NUTS code

UKM5 - North Eastern Scotland

Internet address(es)

Main address

http://www.langstane-ha.co.uk

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