Contract

Datacentre Co-Location

  • SONI Ltd

F06: Contract award notice – utilities

Notice identifier: 2023/S 000-016165

Procurement identifier (OCID): ocds-h6vhtk-03a534

Published 7 June 2023, 3:04pm



Section one: Contracting entity

one.1) Name and addresses

SONI Ltd

12 Manse Road

Belfast

BT6 9RT

Email

tenders2@soni.ltd.uk

Telephone

+44 2890794336

Country

United Kingdom

NUTS code

UKN0 - Northern Ireland

Internet address(es)

Main address

www.soni.ltd.uk

Buyer's address

https://www.mytenders.co.uk/search/Search_AuthProfile.aspx?ID=AA43172

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.6) Main activity

Electricity


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Datacentre Co-Location

Reference number

SONI024

two.1.2) Main CPV code

  • 72500000 - Computer-related services

two.1.3) Type of contract

Services

two.1.4) Short description

The purpose of this procurement process is to put in place a framework that will support the identification of a suitable provider of datacentre floor space in a co-location facility to replace existing SONI datacentre location(s).

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
  • 72514100 - Facilities management services involving computer operation

two.2.3) Place of performance

NUTS codes
  • UKN - Northern Ireland
Main site or place of performance

Northern Ireland

two.2.4) Description of the procurement

SONI is commencing a procurement process for the provision of datacentre floor space in a co-location facility and related services.

The purpose of this procurement process is to put in place a framework that will support the identification of a suitable provider of datacentre floor space in a co-location facility to replace existing SONI datacentre location(s).

two.2.5) Award criteria

Quality criterion - Name: as per procurement documents / Weighting: 100

Price - Weighting: 0

two.2.11) Information about options

Options: Yes

Description of options

The initial contract period envisaged is 5 years with the possibility to extend annually up to 20 years, subject always to the satisfactory performance of the supplier. The estimated spend of 5,000,000 GBP is taking into account the full duration of the contract including the possible extensions.

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 four. Procedure

four.1) Description

four.1.1) Type of procedure

Negotiated procedure with prior call for competition

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: 2023/S 000-004376


Section five. Award of contract

A contract/lot is awarded: No

five.1) Information on non-award

The contract/lot is not awarded

No tenders or requests to participate were received or all were rejected


Section six. Complementary information

six.3) Additional information

1) Interested parties must register their interest on the mytenders web site (www.mytenders.co.uk) in order to be included on the mailing list for clarifications. All information relating to attachments, including clarifications and changes, will be published on the Portal

(www.mytenders.co.uk) only. Registration is free of charge. The contracting authority will not accept responsibility for information relayed

(or not relayed) via third parties.

2) This is the sole call for competition for this service.

3) The contracting authority will not be responsible for any costs, charges or expenses incurred by candidates or tenderers.

4) Contract award will be subject to the approval of the competent authorities.

5) If for any reason it is not possible to award the contract one or more of the tenderers invited following the conclusion of this competitive

process, the contracting authority reserves the right to award the contract to the next ranked tenderer as appropriate.

6) At its absolute discretion, the contracting authority may elect to terminate this procurement process or any contract awarded.

7) Please note in relation to all documents, that where reference is made to a particular standard, make, source, process, trademark, type or patent, that this is not to be regarded as a de facto requirement. In all such cases it should be understood that such indications are to be treated strictly and solely for reference purposes only, to which the words ‘or equivalent’ will always be appended.

8) Without prejudice to the principle of equal treatment, the contracting authority is not obliged to engage in a clarification process in respect of questionnaires with missing or incomplete information. Therefore, candidates are advised to ensure that they return fully completed questionnaires in order to avoid the risk of elimination from the competition.

(MT Ref:229552)

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