Shared Services Infrastructure Tender
The City (Shared) Strategy Architecture and Commissioning function is working with Leeds City Council and other city partners to acquire a common shared platform to serve public services. Infrastructure – hardware and software; Business services associated with the shared platform.
United Kingdom-Leeds: IT services: consulting, software development, Internet and support
2017/S 150-311575
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Leeds City Council
Evolution House, Springwell Road
Contact point(s): ICT Strategic Sourcing Team
LS12 1AW Leeds
United Kingdom
Telephone: +44 1133784357
Internet address(es):
General address of the contracting authority: http://www.leeds.gov.uk
Electronic access to information: www.yortender.co.uk
Electronic submission of tenders and requests to participate: www.yortender.co.uk
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.2)Type of the contracting authority
I.3)Main activity
I.4)Contract award on behalf of other contracting authorities
Section II: Object of the contract
II.1.1)Title attributed to the contract by the contracting authority:
II.1.2)Type of contract and location of works, place of delivery or of performance
Service category No 7: Computer and related services
Main site or location of works, place of delivery or of performance: Leeds, West Yorkshire.
NUTS code UKE42
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.5)Short description of the contract or purchase(s)
Requests to participate in this procurement must be made electronically at www.yortender.co.ik by searching for reference DN: 291383 or the title: Leeds Shared City Platform ( Shared Services Infrastructure).
The City (Shared) Strategy Architecture & Commissioning (CSAC) function is working with Leeds City Council (LCC) and other city partners to acquire a common shared platform to serve public services (including health organisations) and potentially 3rd sector organisations across the city. It is expected that this platform will be available for operational service by the end of May 2018.
LCC needs to acquire this scalable capability that will consist of a common set of ICT and Business Management components/standards because parts of its existing core infrastructure are reaching end of life. By sourcing this common shared platform & service capability, this can be used by LCC but also offered to other partners across the city. This will ensure best returns for all parties by establishing a set of generic shared service components based on achieving business outcomes.
There will be two fundamental parts to the shared platform:
— Infrastructure — hardware & software;
— Business services associated with the shared platform.
It is expected that this platform will be hybrid i.e. will have elements of on premise in an existing LCC data centre (on behalf of the city) and also elements of public cloud. The expectation is that the platform will be mirrored to ensure resilience in a commercially operated data centre to be separately acquired.
The on going operation and management of the platform will be led by LCC working with partners.
There will be individual projects required to on-board/migrate organisations on to the platform over time. It is expected that the successful Contractor will work with LCC and others to design the on-boarding process and will assist with the early migration(s).
II.1.6)Common procurement vocabulary (CPV)
72000000, 48000000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
II.3)Duration of the contract or time limit for completion
Section III: Legal, economic, financial and technical information
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
III.2.2)Economic and financial ability
Minimum level(s) of standards possibly required: As stated in the tender documents.
III.2.3)Technical capacity
As stated in the tender documents.
Minimum level(s) of standards possibly required:
As stated in the tender documents.
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Objective criteria for choosing the limited number of candidates: As stated within the tender documents.
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.1)File reference number attributed by the contracting authority:
IV.3.2)Previous publication(s) concerning the same contract
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
IV.3.4)Time limit for receipt of tenders or requests to participate
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.5)Date of dispatch of this notice:
Related Posts
Cloud and DevOps Implementation
Pensions Ombudsman IT Managed Service Contract
Tender for Data Centre Facilities and Migration Partner
Network, Security and Telecoms Partner Requirement
Provide ICT Outsourcing Services for Workers’ Educational Association