Tender

GCC006191CPU – The Provision of Compute and Storage Services

  • Glasgow City Council

F02: Contract notice

Notice identifier: 2025/S 000-028781

Procurement identifier (OCID): ocds-h6vhtk-0529b4

Published 30 May 2025, 1:08pm



Section one: Contracting authority

one.1) Name and addresses

Glasgow City Council

40 John St, City Chambers

Glasgow

G2 1DU

Email

Stacy.Simpson2@glasgow.gov.uk

Telephone

+44 1412872000

Country

United Kingdom

NUTS code

UKM82 - Glasgow City

Internet address(es)

Main address

www.glasgow.gov.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00196

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.publictendersscotland.publiccontractsscotland.gov.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

www.publictendersscotland.publiccontractsscotland.gov.uk

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

GCC006191CPU – The Provision of Compute and Storage Services

Reference number

GCC006191CPU

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

The council invites tender bids for the provision of compute and storage services. This procurement will be conducted via the Public Contracts Scotland-Tender portal (PCS-T).

The contract is expected to run for an Initial Term of approximately 69 months. The council will have an option to extend the contract for periods of up to 60 months (in total) which will be exercised by the council serving notice on the Bidder in accordance with the council’s Terms and Conditions.

The estimated value of this contract over the maximum permitted duration of 129 months (69 plus up to 60) is expected to be within the range of 80,000,000 GBP to 110,000,000 GBP.

TUPE may apply to this contract.

Please refer to the Procurement Documents contained within PCS-T for full details relating to this opportunity.

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
  • 72510000 - Computer-related management services
  • 72317000 - Data storage services
  • 30200000 - Computer equipment and supplies
  • 72315000 - Data network management and support services
  • 48820000 - Servers
  • 72246000 - Systems consultancy services
  • 72250000 - System and support services
  • 72251000 - Disaster recovery services
  • 72252000 - Computer archiving services
  • 72253200 - Systems support services
  • 72120000 - Hardware disaster-recovery consultancy services
  • 72212710 - Backup or recovery software development services
  • 48800000 - Information systems and servers
  • 48620000 - Operating systems

two.2.3) Place of performance

NUTS codes
  • UKM82 - Glasgow City

two.2.4) Description of the procurement

The council invites tender bids for the provision of compute and storage services. The Service Provider will provide datacentre and cloud infrastructure services to the council.

It is anticipated that the Compute and Storage Services shall commence on 01 October 2025 (the ‘Commencement Date’). Following the Due Diligence Period the Service Provider will be required to transition services from the current provider to the Service Provider’s environment during the Implementation Period and prior to the Operational Services Commencement Date of 01 July 2026. At a high level the Services will consist of:

1. A primary Tier 3 datacentre conforming to Tier 3 standards;

2. Disaster Recovery provision conforming to Tier 3 standards;

3. Provision, hosting and management of resilient Virtual server environments;

4. Provision, hosting and management of Physical server environments;

5. Installation, management and maintenance of current and new Operating systems and underpinning services;

6. Provision, hosting and management of scalable Storage services;

7. Backup, restore and archive, including immutable backups;

8. Provision and management of Datacentre internal networking;

9. Datacentre power management and reporting;

10. Connectivity between the Service Provider’s datacentres and the Council’s WAN;

11. Firewall provision, hosting, maintenance, management and configuration;

12. Private cloud infrastructure provision, hosting and management; and

13. Public cloud infrastructure provision and management.

As part of the delivery of this service, the Supplier will be required to integrate with the SIAM function.

PLEASE NOTE: Due to the nature of the Services, some information related to the procurement is considered sensitive, as it relates to the council’s security systems. In order to maintain confidentiality, the council require that a Confidentiality Agreement is signed by an Economic Operator prior to releasing the confidential information to them as part of this tender process. Economic Operators should complete and return the Confidentiality Agreement found within the Tender Pack in the “Buyer Attachments” area of PCS-T, and submit via the Q&A facility on the PCS-T portal as soon as possible. It is only following completion and return that the council shall send the information via email to the nominated individual listed on the Economic Operator’s Confidentiality Agreement.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 70

Quality criterion - Name: Fair Work First / Weighting: 5

Price - Weighting: 25

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

69

This contract is subject to renewal

Yes

Description of renewals

Option to extend for periods of up to an additional 60 months (in total) at the sole discretion of Glasgow City Council.

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

two.2.14) Additional information

Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

Not applicable

three.1.2) Economic and financial standing

List and brief description of selection criteria

SPD Section 4B: Economic and Financial Standing

SPD Questions:

4B.4 - Financial Ratios

4B.5 - Insurance

Request for Documentation: Once the Evaluation of Price and Quality has been completed, the recommended Bidder will be expected to provide all documentation as specified in the SPD. Bidders must supply the relevant information within 5 working days. Failure to provide this information within the specified time may result in your bid being rejected and the Council proceeding with the procurement exercise to the next appropriate bidder.

Minimum level(s) of standards possibly required

Bidders must comply with the undernoted financial requirements in order to participate in the tendering process:-

4B.4 Financial Ratios - Bidders must comply with the undernoted financial requirements in relation to Trading Performance, Liquidity and Balance Sheet strength in order to participate in the tendering process:-

Trading Performance

An overall positive outcome on pre-tax profits over a 3 year period. Exceptional items occurring in the normal course of business or non-recurring items can be excluded from calculation. The above would be expressed in the ratio Pre Tax Profit/Turnover.

Liquidity Ratios

Current Ratio - Current Assets/Current Liabilities

Leverage Ratio - Long-term Debt/Net Worth

Bidders must achieve a score of 5 and above from a combination of above two liquidity ratios. The scoring methodology for the two liquidity ratios is provided in the ITT.

Intangibles can be included for purposes of the Net Worth figure.

Balance Sheet Strength

Net worth of the organisation must be positive at the time of evaluation and organisation must not be subject to an insolvency process.

Intangibles can be included for purposes of the Total Assets figure

The above would be expressed in the ratio Total Assets/Total Liabilities

The above ratios should be calculated on most recent accounts filed at Companies House.

For non-UK Companies, the ratios should be calculated on information contained in the most recent audited accounts.

Companies that are only required to file abbreviated accounts, must submit full sets of accounts for the last two individual years filed, in order for the three year profitability requirement to be verified.

Bidders who have been trading for less than 3 years must provide evidence that they have met the above minimum financial requirements for the period in during which they have been trading.

Bidders who do not comply with the above financial requirements, but are part of a Group, may be required to provide a Parent Guarantee (in the Council style) if the Parent company satisfies the financial requirements stipulated above.

Where the Bidder is a group of economic operators (such as a consortium), the Lead Party of that group must comply with minimum financial requirements.

The Council reserves the right at its own discretion to seek such other information from the Bidder in accordance with Regulation 61(7) or Regulation 61(8) of the Public Contracts (Scotland) Regulations 2015 to prove the Bidder’s economic and financial standing.

4B.5. It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commencement of any subsequently awarded contract, the types and levels of insurance indicated below:

Bidder shall take out and maintain, throughout the period of the contract, Employer’s Liability insurance to the value of at least TEN MILLION POUNDS STERLING (10,000,000 GBP) in respect of any one event and unlimited in the period.

Bidder shall take out and maintain, throughout the period of the contract, Public Liability insurance to the value of at least FIVE MILLION POUNDS STERLING (5,000,000 GBP) in respect of any one event and unlimited in the period.

Bidder shall take out and maintain, throughout the period of the contract, Products Liability insurance to the value of at least FIVE MILLION POUNDS STERLING (5,000,000GBP) in respect of any one event and in the aggregate.

Bidder shall take out and maintain, throughout the period of the contract, Cyber Insurance to the value of at least FIVE MILLION POUNDS STERLING (5,000,000 GBP) in respect of any one event and unlimited in the period.

Bidder shall take out and maintain throughout the period of their services Professional Indemnity insurance to the value of at least FIVE MILLION POUNDS STERLING (5,000,000 GBP) in respect of any one event and in the aggregate.

Please see the ITT for full details.

three.1.3) Technical and professional ability

List and brief description of selection criteria

SPD Section 4C: Technical and Professional ability

SPD Questions:

4C.1.2 - Relevant examples

4C.4 - Supply Chain Management/Tracking Systems Used

4C.7 – Environmental Management

4C.10 - Proportion (%) to be Sub-Contracted

SPD Section 4D: Quality Assurance and Environmental Management Standards

SPD Questions:

4D.1 Quality Management Procedures

4D.2 Environmental Management

Minimum level(s) of standards possibly required

SPD 4C.1.2 Statement - Bidders will be required to provide examples that demonstrate that they have the relevant experience to deliver the services/supplies as described in part II.2.4 of the Find a Tender Service Contract Notice or the relevant section of the Site Notice.

Please provide two relevant examples of supplies and/or services carried out during the last three years as specified in the Contract Notice:

(Examples from both public and or private sector customers and clients may be provided).

Minimum number of relevant examples: 2

Maximum number of relevant examples: 2

Bidders shall be asked to provide the following information in relation to each of their relevant examples provided:

- Confirmation that the services were carried out during the timeframe set out in the question

- Information to demonstrate that the client was of a similar size and/or complexity to Glasgow City Council

- Description of the services delivered

- Information relating to key sub-contractors and / or specialist sub-contractors used

A response document is provided for full details to be provided.

Bidders responses to 4C.1.2 shall be evaluated and each of the two examples shall be evaluated individually. The Bidder must achieve a rating of at least 60 from the Scoring Methodology table provided in the ITT for each of the two examples provided individually, to be considered to have “passed” this question, ie, two examples each scoring at least 60. Failure to achieve a rating of at least 60 for each example provided shall see the Bidder excluded from further evaluation.

The scoring methodology for question 4C.1.2 is described in the ITT.

SPD 4C.4 Statement - If bidders intend to use a supply chain to deliver the requirements detailed in the Contract Notice, they should confirm they have (or have access to) the relevant supply chain management and tracking systems to ensure a resilient and sustainable supply chain. This will include confirmation that they have the systems in place to pay subcontractors through the supply chain promptly and effectively, and provide evidence when requested of:

a. their standard payment terms

b. at least 95% of all supply chain invoices being paid on time (in accordance with the terms of contract) in the last financial year.

If the bidder is unable to confirm (b) they must provide an improvement plan, signed by their Director, which improves the payment performance.

SPD 4C.7 Statement - Bidders will be required to demonstrate knowledge of the climate emergency and the impact of their organisation, including their organisation’s own scope 1 and 2 emissions. Accepted evidence includes but is not limited to:

- A completed copy of the Bidder ‘priority contract’ Climate Change Plan Template, including the bidder’s calculated scope 1 and 2 carbon emissions and their planned projects and actions to reduce their carbon emissions.

Guidance on how Bidder Climate Change Plans are evaluated is available on the Sustainable Procurement Tools: Sustainable Procurement (sustainableprocurementtools.scot).

Guidance on how Bidder Climate Change Plans are evaluated is provided in the ITT.

SPD 4C.10 Statement - Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract

4D.1 - The Bidder must hold a third party Cyber Security accreditation to an applicable standard, such as ISO 27001:2022, or equivalent

4D.2 - The Bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance with BS EN ISO 14001 or equivalent

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

Performance requirements related to this contract can be found within the Procurement Documents within the PCS-T portal.


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open 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

10 July 2025

Local time

12:00pm

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: 6 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

10 July 2025

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: This contract has an initial term of 69 months with options to extend for periods of up to 60 months (in total). Reprocurement may therefore take place any time from 2030 onwards.

six.3) Additional information

The Health and Safety Questionnaire provided must be completed and submitted with all required supporting documents. A preferred bidder will be identified during evaluation and their completed Health & Safety questionnaire will be assessed by a Glasgow City Council Health & Safety Officer. In the event of a bidder failing to meet the minimum Health & Safety requirements of Glasgow City Council their offer will be rejected and then the next submission in ranked order will be assessed and so on until an acceptable provider is identified.

Freedom of Information Act — Information on the FOI Act is contained in Appendix A of the ITT. Bidders must note the implications of this legislation and ensure that any information they wish the council to consider withholding is specifically indicated on the FOI Certificate contained within Technical Envelope within tender portal (NB the council does not bind itself to withhold this information).

Tenderers Amendments — Bidders must enter any clause, condition, amendment to specification or any other qualification they may wish to make conditional to this offer. Bidders will be required to complete the tenderers amendment certificate that is contained as an attachment within PCS-T.

Non–Collusion- Bidders will be required to complete the Non-Collusion certificate contained as an attachment within PCS-T.

Insurance Mandate - All successful suppliers will be required to sign an Insurance Mandate, which will be issued in conjunction with the award letter authorising the Council to request copies of insurance documents from the supplier’s insurance provider. If the mandate is not signed and returned the Council reserves the right to request copies of insurance certificates from bidders at any point during the contract period. This is contained as an attachment within PCS-T.

Professional Integrity - Bidders will be required to answer questions related to professional integrity and to complete the Professional Integrity Certificate contained as an attachment within PCS-T.

Terms and Conditions are located within the attachments area of PCS-T.

Additional information pertaining to this contract notice is contained within the ITT documents. Bidders must ensure they read all attachments within the Buyers Attachments area in line with this contract notice.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 27936. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363

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:

Community benefit outcomes for this contract are mandatory and will be based on spend thresholds. The spend thresholds are set out in the Community Benefits Menu within the Buyer Attachment Area of PCS-T.

Spend will be monitored and the Service Provider will be required to deliver the outcomes offered under the appropriate threshold(s). Further detail is available with the Procurement Documents.

Bidders must confirm that they will meet these obligations in full by completing the relevant areas within the Community Benefits Menu.

Bidders are also required to provide a supporting Methodology for each of the Themes they are offering from the Menu, detailing how the

Community Benefit outcomes will be delivered.

The Community Benefits Menu and Methodology template can be found within the Community Benefits section on Public Contracts Scotland –

Tender (PCS-T).

(SC Ref:783096)

six.4) Procedures for review

six.4.1) Review body

Glasgow Sheriff Court & Justice of the Peace Court

PO BOX 23, 1 Carlton Place

Glasgow

G5 9DA

Email

glasgow@scotcourts.gov.uk

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

Glasgow City Council (“the Council”) must, by notice in writing as soon as possible after the decision has been made, inform all tenderers and candidates concerned of its decision to award the contract, conclude the framework agreement or establish a dynamic purchasing system. The Council must allow a period of at least the relevant standstill period (where the notice is sent by facsimile or electronic means the period is 10 days ending at midnight at the end of the 10th day after that on which the last notice is sent, when sent by other means the period is 15 days) to elapse between the date of despatch of the notice referred to in Regulation 85(1) of the Public Contracts (Scotland) Regulations 2015 (“the Regulations”). The Council is obliged to comply with the Regulations and any eligible economic operator can bring an action in the Sheriff Court or the Court of Session where as a consequence of a breach by the Council, suffers or risks suffering loss or damage. The bringing of court proceedings during the standstill period means that the Council must not enter into the contract, conclude the framework agreement or establish the dynamic purchasing system unless the proceedings are determined, discontinued or disposed of; or the court, by interim order, brings to an end the prohibition. The bringing of court proceedings after the standstill period has elapsed and the remedies that are available to the courts are detailed in the Regulations. Economic Operators can write to the Council seeking further clarification on the notice, to which the Council must respond within 15 days. Economic Operators should be mindful to seek their own independent legal advice when they consider appropriate to do so.