Cloud Services Tender Coventry
The scope of this joint procurement is for the provision of Infrastructure as a Service (IaaS), Platform as a Service (PaaS).
United Kingdom-Coventry: Computer-related management services
2019/S 071-169025
Contract notice – utilities
Services
Directive 2014/25/EU
Section I: Contracting entity
I.1)Name and addresses
02366686
Severn Trent Centre, 2 St John’s Street
Coventry
CV1 2LZ
United Kingdom
Contact person: Karen Wildes
Telephone: +44 2477715000
E-mail: Karen.Wildes@severntrent.co.uk
NUTS code: UK
I.1)Name and addresses
03527628
Packsaddle Wrexham Road, Rhostyllen
Wrexham
LL14 4EH
United Kingdom
Contact person: Karen Wildes
E-mail: Karen.Wildes@severntrent.co.uk
NUTS code: UK
I.2)Information about joint procurement
I.3)Communication
I.6)Main activity
Section II: Object
II.1.1)Title:
Provision of Cloud Services
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
Each of STW and HD wish to award a Framework Agreement for the provision of Infrastructure as a Service (Iaas), Platform as a Service (Paas), Core, Innovation and other Cloud Services.
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
II.2.4)Description of the procurement:
The scope of this joint procurement is for the provision of Infrastructure as a Service (IaaS), Platform as a Service (PaaS), core, innovation and other cloud services to enable the Utilities chosen SI to perform the following services:
— full scale data centre migration to public cloud,
— migration of workloads into public cloud,
— transformation of workloads already within public cloud,
— partial migration of some systems into public cloud,
— ongoing management of workloads within public cloud.
The utilities are looking to appoint a number of framework providers (up to a maximum of 6). It is envisaged that the Utilities will nominate a primary framework holder and a number of secondary framework holders. The primary framework holder will be responsible for performing the utilities core work under the framework. The utilities will be free to award works packages to the primary framework holder without consulting the secondary framework holders. Where the Utilities have a niche or specific need (as determined by the utilities), the utilities may offer the primary and secondary framework holders an opportunity to participate in a mini tender process to identify who a works package should be awarded to. The utilities will award the relevant works package to the framework holder who is successful in the mini tender process. Full details on the framework structure will be published in the RFP. Please note that due to the diversity and broad nature of the public cloud market, this envisaged structure is subject to change.
There will be an immediate requirement to contract under the Framework Agreement for an initial works package to enable the migration of the utilities data centres by our existing SI Framework. This works package will be awarded to the primary framework holder.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
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
III.1.4)Objective rules and criteria for participation
As set out in the procurement documents.
III.1.6)Deposits and guarantees required:
As set out in the procurement documents.
III.1.7)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Not applicable.
III.1.8)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
As set out in the procurement documents.
III.2.2)Contract performance conditions:
As set out in the procurement documents.
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogue
IV.1.8)Information about the Government Procurement Agreement (GPA)
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.3)Additional information:
Applicants should refer to the instructions to participants for the timetable for responding to the pre-qualification questionnaire. There is no guarantee that a candidate will be invited to tender. STW and HD are not bound to enter into agreements with any party. There is no contractual right (express or implied) which arises from this notice or the procurement process at any time. Response to this notice, the submission of a response to the PQQ, submission of tenders and/or participation in the procurement process is at the candidates own costs and expense. There is no guarantee of volume or exclusivity under the framework.
VI.4.1)Review body
2 St Johns Street
Coventry
CV1 2LJ
United KingdomInternet address: https://severntrent.bravosolution.co.uk/web/login.html
VI.4.3)Review procedure
STW and HD will incorporate a ten (10) calendar day standstill period in accordance with the Utilities Contracts Regulations 2016. The Utilities Contracts Regulations 2016 provide for aggrieved parties who have been harmed or at risk of harm to take action in the High Court of England and Wales.
VI.4.4)Service from which information about the review procedure may be obtained
2 St John’s Street
Coventry
CV1 2LZ
United Kingdom
E-mail: KAREN.WILDES@severntrent.co.ukInternet address: https://severntrent.bravosolution.co.uk/web/login.html
VI.5)Date of dispatch of this notice: