Data Centres – Tender for Maintenance, Security and Cloud Hosting Services
YPO are looking for Providers to be appointed onto a Framework Agreement for the provision of data centres.
United Kingdom-Wakefield: Data security software package
2019/S 097-235036
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
41 Industrial Park
Wakefield
WF2 0XE
United Kingdom
Contact person: Contracts Team
Telephone: +44 1924664685
E-mail: contracts@ypo.co.uk
NUTS code: UKE45
Internet address(es):Main address: http://www.ypo.co.uk/
Address of the buyer profile: http://www.ypo.co.uk/
I.2)Information about joint procurement
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
YPO — 000944 Data Centres, Maintenance and Management including Design and Hosting
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
YPO are looking for Providers to be appointed onto a Framework Agreement for the provision of data centres, maintenance, security and cloud hosting services. The framework is designed to meet the needs of all public sector organisations which includes YPO’s internal requirements.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.1)Title:
Facilities Maintenance — Mechanical and Electrical Infrastructure
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
This is a list of proactive and reactive maintenance of either an on or off premise data centre we are looking for suppliers who can provide either onsite or offsite or both and would form part of an ongoing maintenance regime.
maintenance should follow manufacturers guidelines and current legislation.
the list is indicative but not exhaustive.
some on premise datacentres may not require this full regime this will be detailed by customers in the further competition.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
There is a possibility that this framework will be subject to renewal after 3,5 years from the commencement date.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Enterprise Hardware Management
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
This lot is for a range of suppliers to support the hardware within the racks on the off or on premise datacentre or both.
This lot looks for a number of services and suppliers but welcomes suppliers who can support multi vendor equipment.
How this support is provided is down to the suppliers service offering and customer specification.
This lot is not designed for the sole purpose of purchasing of hardware.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
There is a possibility that this contract will be renewed after 3,5 years from the commencement date.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Design — Including Design of a New Solution
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
The design solution is based on customer specification or requirement. This lot covers on and off premise solutions and we are looking for suppliers to provide on premise or off premise or both.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
There is a possibility that this contract will be renewed after 3,5 years from the commencement date.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Audit and Consultancy
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Audit services according to customer requirement and scope.
This lot covers on and off premise solutions and we are looking for suppliers to provide on premise or off premise or both.
Please specify which services you can supply.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
There is a possibility that this framework will be renewed after 3,5 years from the commencement date.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Cloud, Cloud Services and Hosting
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Cloud hosting and management of services.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
There is a possibility that this framework will be renewed after 3,5 years from the commencement date.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Build Including Modular and Installation Services
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
This lot covers on premise and off premise solutions and we are looking for suppliers to provide on premise or off premise or both.
We are looking for build and installation suppliers on this lot. Please specify which services you can supply.
How this solution is provided is down to the supplier service offering and customer specification.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
There is a possibility that this contract will be renewed after 3,5 years from the commencement date.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Managed Service
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
This lot is for suppliers who can provide a fully end to end service.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
There is a possibility that this contract will be renewed after 3,5 years.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Business Continuity and Disaster Workplace Recovery
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Workplace recovery for people when access is denied for any reason this will also include business continuity testing of these situations/scenarios to ensure the workplace staff can recover and connect to the technology and use internal systems of the organisation at another location in case of disaster or denial of access to a working site.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
There is a possibility that this framework will be renewed after 3,5 years from the commencement date.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Education Services
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Suppliers must be able to work within this market specifically on the volume and support required by this sector.
Looking for backup, storage, security, hosting solutions and support for a low number of users and servers in a primary or high school environment or a similar sized public sector organisation.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
There is a possibility that this framework will be renewed after 3,5 years from the commencement date.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Colocation/Shared Hosting Services
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Colocation providers must be able to provide all the services listed below as a minimum but also offer some as part of a customer requirement/specification.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
There is a possibility that this contract will be renewed after 3,5 years from the commencement date.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Data Security Solutions
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
We are looking for a number of suppliers who can provide all of the below security services to provide customers with an end to end service.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
There is a possibility that this framework will be renewed after 3,5 years from the commencement date.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Network Connectivity Services
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Network connectivity services to be provided to support the datacentre solution on premise and off premise or both.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
There is a possibility that this contract will be renewed after 3,5 years from the commencement date.
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.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
Organisations must ensure that they are not in breach of any of the mandatory or discretionary exclusions contained in Regulation 57 of the Public Contracts Regulations 2015. Please refer to the tender documentation/online tender located on our E-Procurement system. The web address can be found under “Procurement Documents” in “Communication” section in this notice.
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
III.2.2)Contract performance conditions:
Please refer to the Framework Agreement terms and conditions located on our E-Procurement system. The web address can be found under Procurement Documents in “Communication” Section in this notice.
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
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.2.4)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
IV.2.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
There is a possibility that this framework will be subject to renewal after 3,5 years from the commencement date.
VI.3)Additional information:
YPO are purchasing on the behalf of other Contracting Authorities. Please see the below link for details: https://www.ypo.co.uk/about/customers/ojeu-permissible-users.aspx
YPO will incorporate a standstill period at the point of notification of the award of the contract is provided to all bidders. The standstill period will be for a minimum of 10 calendar days, and provides time for unsuccessful tenderers to challenge the award decision before the contract is entered into. The Public Contracts Regulations 2015 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).
VI.4.1)Review body
London
United Kingdom
VI.5)Date of dispatch of this notice: