Defra Hosting and Application Support Contract
The Authority is procuring a contract for the delivery of Hosting and Application Support Services to Defra, the Environment Agency, Natural England.
United Kingdom-London: IT services: consulting, software development, Internet and support
2017/S 023-039662
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
17 Nobel House
London
SW1P 3JR
United Kingdom
Contact person: Grainne Cherry
Telephone: +44 2072385921
E-mail: Darren.Vicary@environment-agency.gov.uk
NUTS code: UK
Address of the buyer profile: https://www.gov.uk/government/organisations/department-for-environment-food-rural-affairs
I.2)Joint procurement
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Defra – UnITy Programme – Hosting and Application Support.
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
The Authority is procuring a contract for the delivery of Hosting and Application Support (‘H&AS’) Services (‘the Contract’) to Defra, the Environment Agency (EA), Natural England (NE ), Animal and Plant Health Agency (APHA), Marine Management Organisation (MMO) and Rural Payments Agency (RPA) (‘the Core Defra Group’). The remaining organisations within the wider Defra group (‘Defra Group’) will be potential service recipients and may be added to the contract at a later date via change control.
The Contract will be delivered at locations situated within England Scotland and Wales.
The Contract is one of a suite of contracts collectively referred to as the ‘Unity’ programme that will replace existing ICT Services which are currently delivered under separate contracts by two separate service suppliers to the Environment Agency and Defra.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Multiple locations throughout the UK.
II.2.4)Description of the procurement:
The Authority wishes to purchase the whole range of Hosting and Application Support Services. These include implementation, provision, management and operation of:
— Data Centre (DC) site services;
— DC facilities management services;
— infrastructure services;
— platform services;
— application support and operations; and
— an appropriate service management layer to support the new Defra Group ICT Service Management Operating Model.
The Supplier will also provide a subset of H&AS Services in 150 distributed server rooms (‘DSRs’).
The Supplier will provide continued access for approximately 21 000 end users to approximately 355 unique applications. These Services are hosted from 5 data centres and the DSRs. The applications support a diverse range of existing business services and are of varying age and complexity.
The Supplier will be required to interface and collaborate with other Unity suppliers to ensure delivery of an integrated ICT Service to end users.
The Contract scope will include a number of Optional Services including:
— project work associated with DSR rationalisation;
— project work associated with other Defra Group Programmes where there is a dependency on the H&AS Services;
— Non-Core Defra Group organisations may be added as Service Recipients during the Contract Term;
— H&AS Services for any new or additional applications required to support business services across the Defra Group.
— Data Centre Catalogue services
Applications Maintenance and Applications Development as defined in the Descriptive Document will be out of scope for this procurement.
The estimated contract value stated in section II.2.6 is the maximum estimated value. This assumes a 6-year contract term (i.e. it assumes that Defra invokes the one-year extension option) and includes the one-off costs associated with implementation. The estimate also includes provision for optional services, contingency and for growth to allow for any additional Service Recipients who may join the Contract during its term. The maximum value is not guaranteed expenditure and Defra considers that the actual costs of the Contract will be considerably less than the maximum value set out here.
Please refer to the Descriptive Document for further details of the Hosting and Application Support Services procurement and the scope of the Contract.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
1 x 12 month extensions at the discretion of Defra.
II.2.9)Information about the limits on the number of candidates to be invited
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
Section III: Legal, economic, financial and technical information
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.1)Previous publication concerning this procedure
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about electronic workflows
VI.4.1)Review body
London
WC1A 2LL
United Kingdom
VI.4.2)Body responsible for mediation procedures
London
WC1A 2LL
United Kingdom
VI.4.3)Review procedure
OJEU procedures include a minimum 10 calendar day standstill period at the point information on the award of the contract is communicated to bidders. This period allows unsuccessful bidders to seek further debriefing from the contracting authority before the contract is entered into. If an appeal regarding the award of a contract has not been successfully resolved the Public Contracts Regulations 2006 (SI 2006 No 5) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). Any such action must be brought promptly.
VI.5)Date of dispatch of this notice:
Related Posts
IT Service Support Management Toolset
Supply Virtual Server Infrastructure
Tender for Cloud-Based Finance and HR System
IT Support Services Tender ARK Schools