Services - 497156-2019

22/10/2019    S204

United Kingdom-Manchester: Software package and information systems

2019/S 204-497156

Contract notice

Services

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1)Name and addresses
Official name: The University of Manchester
Postal address: Oxford Road
Town: Manchester
NUTS code: UKD3 Greater Manchester
Postal code: M13 9PL
Country: United Kingdom
E-mail: procurement@manchester.ac.uk
Telephone: +44 1612752160
Internet address(es):
Main address: http://www.manchester.ac.uk
Address of the buyer profile: https://in-tendhost.co.uk/universityofmanchester/aspx/Home
I.3)Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://in-tendhost.co.uk/universityofmanchester/aspx/Home
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted electronically via: https://in-tendhost.co.uk/universityofmanchester/aspx/Home
Tenders or requests to participate must be submitted to the abovementioned address
I.4)Type of the contracting authority
Body governed by public law
I.5)Main activity
Education

Section II: Object

II.1)Scope of the procurement
II.1.1)Title:

Cloud Computing Services

Reference number: 2019/1578/Cloud/DE/JL
II.1.2)Main CPV code
48000000 Software package and information systems
II.1.3)Type of contract
Services
II.1.4)Short description:

The University is seeking to establish a framework to allow procurement of cloud-enabled IT services including, but not limited to, cloud hosting, cloud compute services, cloud network services, cloud storage services, other cloud technologies, marketplaces for PaaS and SaaS services and cloud-related consulting services such as training, professional services and managed services as well as technical support.

II.1.5)Estimated total value
Value excluding VAT: 50 000 000.00 GBP
II.1.6)Information about lots
This contract is divided into lots: yes
Tenders may be submitted for all lots
II.2)Description
II.2.1)Title:

Azure

Lot No: 1
II.2.2)Additional CPV code(s)
72000000 IT services: consulting, software development, Internet and support
II.2.3)Place of performance
NUTS code: UKD3 Greater Manchester
Main site or place of performance:

The University of Manchester.

II.2.4)Description of the procurement:

The University has a number of current projects which are built around Microsoft’s Azure hosting service. The costs to move these to another platform is high and so the desired business outcome is to continue, for now at least, with the current platform and put in place a procurement route for the services which allows for consolidated and managed billing and which is within the 2015 Procurement Regulations.

As a result, the University is looking for a reseller which can provide the spectrum of Microsoft cloud-based services, at prices which allow the University to get best value for money (‘VfM’) for both the current and future, potential, projects.

The University is also keen to work with a supplier which can add value, not just in minimising costs, but also by providing other management and reporting services which could be used to ensure best VfM for the University in the future.

II.2.5)Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: no
II.2.9)Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
Objective criteria for choosing the limited number of candidates:

The University intends to invite the candidates to participate in the ITT on the basis of the ranking of candidates at SQ stage, and provided they all meet any minimum standards of qualification, at which the criteria referred to in Regulation 65 of the Public Contract Regulations 2015, (as amended) will be assessed and marked.

In the event that candidates' scores are tied resulting in the maximum number to be shortlisted being exceeded, a tiebreaker exercise will be conducted by the University. Further information is available in the procurement documentation.

II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: no
II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information

The figures given are an estimate only of the total value of the project and should not be taken as a guarantee of income.

Estimated value excluding VAT:

Range: between 20 000 000 and 50 000 000 GBP.

II.2)Description
II.2.1)Title:

AWS

Lot No: 2
II.2.2)Additional CPV code(s)
72000000 IT services: consulting, software development, Internet and support
II.2.3)Place of performance
NUTS code: UKD3 Greater Manchester
Main site or place of performance:

The University of Manchester.

II.2.4)Description of the procurement:

The University has a number of current projects which are built around AWS’s hosting service. The costs to move these to another platform is high and so the desired business outcome is to continue, for now at least, with the current platform and put in place a procurement route for the services which allows for consolidated and managed billing and which is within the 2015 Procurement Regulations.

As a result, the University is looking for a reseller which can provide the spectrum of AWS cloud-based services, at prices which allow the University to get best VfM for both the current and future, potential, projects.

The University is also keen to work with a supplier which can add value, not just in minimising costs, but also by providing other management and reporting services which could be used to ensure best VfM for the University in the future.

II.2.5)Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: no
II.2.9)Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
Objective criteria for choosing the limited number of candidates:

The University intends to invite the candidates to participate in the ITT on the basis of the ranking of candidates at SQ stage, and provided they all meet any minimum standards of qualification, at which the criteria referred to in Regulation 65 of the Public Contract Regulations 2015, (as amended) will be assessed and marked.

In the event that candidates' scores are tied resulting in the maximum number to be shortlisted being exceeded, a tiebreaker exercise will be conducted by the University. Further information is available in the procurement documentation.

II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: no
II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information

The figures given are an estimate only of the total value of the project and should not be taken as a guarantee of income.

Estimated value excluding VAT:

Range: between 20 000 000 and 50 000 000 GBP

II.2)Description
II.2.1)Title:

Google

Lot No: 3
II.2.2)Additional CPV code(s)
72000000 IT services: consulting, software development, Internet and support
II.2.3)Place of performance
NUTS code: UKD3 Greater Manchester
Main site or place of performance:

The University of Manchester.

II.2.4)Description of the procurement:

The University has a number of current projects, largely in research, which are built around Google’s Cloud hosting service. The costs to move these to another platform is high and so the desired business outcome is to continue, for now at least, with the current platform and put in place a procurement route for the services which allows for consolidated and managed billing and which is within the 2015 Procurement Regulations.

As a result, the University is looking for a reseller which can provide the spectrum of Google Cloud’s cloud-based services, at prices which allow the University to get best VfM for both the current and future, potential, projects.

The University is also keen to work with a Supplier which can add value, not just in minimising costs, but also by providing other management and reporting services which could be used to ensure best VfM for the University in the future.

II.2.5)Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: no
II.2.9)Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
Objective criteria for choosing the limited number of candidates:

The University intends to invite the candidates to participate in the ITT on the basis of the ranking of candidates at SQ stage, and provided they all meet any minimum standards of qualification, at which the criteria referred to in Regulation 65 of the Public Contract Regulations 2015, (as amended) will be assessed and marked.

In the event that candidates' scores are tied resulting in the maximum number to be shortlisted being exceeded, a tiebreaker exercise will be conducted by the University. Further information is available in the procurement documentation.

II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: no
II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information

The figures given are an estimate only of the total value of the project and should not be taken as a guarantee of income.

Estimated value excluding VAT:

Range: between 20 000 000 and 50 000 000 GBP.

II.2)Description
II.2.1)Title:

Other Cloud Computing Services

Lot No: 4
II.2.2)Additional CPV code(s)
72000000 IT services: consulting, software development, Internet and support
II.2.3)Place of performance
NUTS code: UKD3 Greater Manchester
Main site or place of performance:

The University of Manchester.

II.2.4)Description of the procurement:

The University wishes to have available a number of other cloud computing services which it can procure for future projects. These projects are not yet defined and so the requirements for these are ‘generic’ at this stage.

As a result, the University is looking for a number of providers, or resellers in conjunction with a provider, which can provide the spectrum of cloud computing services, at prices which allow the University to get best VfM for these future, potential, projects.

The University is also keen to work with suppliers which can add value, not just in minimising costs, but also by providing other management and reporting services which could be used to ensure best VfM for the University in the future.

II.2.5)Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: no
II.2.9)Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 6
Objective criteria for choosing the limited number of candidates:

The University intends to invite the candidates to participate in the ITT on the basis of the ranking of candidates at SQ stage, and provided they all meet any minimum standards of qualification, at which the criteria referred to in Regulation 65 of the Public Contract Regulations 2015, (as amended) will be assessed and marked.

In the event that candidates' scores are tied resulting in the maximum number to be shortlisted being exceeded, a tiebreaker exercise will be conducted by the University. Further information is available in the procurement documentation.

II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: no
II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information

The figures given are an estimate only of the total value of the project and should not be taken as a guarantee of income.

Estimated value excluding VAT:

Range: between 20 000 000 and 50 000 000 GBP.

II.2)Description
II.2.1)Title:
Lot No: 5
II.2.2)Additional CPV code(s)
72000000 IT services: consulting, software development, Internet and support
II.2.3)Place of performance
NUTS code: UKD3 Greater Manchester
Main site or place of performance:

The University of Manchester.

II.2.4)Description of the procurement:

The University wishes to use the framework to select suppliers for future business and projects. The successful Bidders from Lots 1, 2, 3 and 4 will be added, at the time of award, to Lot 5 and it will be from Lot 5 that the supplier for any new call-off will be selected.

The selection for future business will be either by a direct award off from the pricing catalogue where the requirement can only be fulfilled by one cloud services provider or, where the requirement can be fulfilled by multiple cloud services providers, the University shall determine on a case by case basis whether to make a direct award based on other technical or value for money requirements or undertake a mini-competition.

II.2.5)Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: no
II.2.9)Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 6
Objective criteria for choosing the limited number of candidates:

The University intends to invite the candidates to participate in the ITT on the basis of the ranking of candidates at SQ stage, and provided they all meet any minimum standards of qualification, at which the criteria referred to in Regulation 65 of the Public Contract Regulations 2015, (as amended) will be assessed and marked.

In the event that candidates' scores are tied resulting in the maximum number to be shortlisted being exceeded, a tiebreaker exercise will be conducted by the University. Further information is available in the procurement documentation.

II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: no
II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information

The figures given are an estimate only of the total value of the project and should not be taken as a guarantee of income.

Estimated value excluding VAT:

Range: between 20 000 000 and 50 000 000 GBP.

Section IV: Procedure

IV.1)Description
IV.1.1)Type of procedure
Restricted procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 6
IV.1.8)Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: yes
IV.2)Administrative information
IV.2.2)Time limit for receipt of tenders or requests to participate
Date: 21/11/2019
Local time: 12:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date: 13/12/2019
IV.2.4)Languages in which tenders or requests to participate may be submitted:
English
IV.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)

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about electronic workflows
Electronic invoicing will be accepted
VI.3)Additional information:

All interested candidates should request a copy of the tender pack using the address set out in I.1) above, and before the deadline set out in IV.2.2)

The contract period is 4 years with no option to extend.

All candidates must provide the latest 3 submitted annual accounts.

Bidders need to state which lot or lots they wish to be considered for in their SQ response. Bidders may wish to be considered for 1 lot only or any number or combination of the 4 lots.

A supplier may only tender for a lot or lots that they have been shortlisted for.

Suppliers will be awarded by Lot: one supplier may be awarded for more than one lot.

The University shall have no liability for any costs, expenses, fees or charges (including third party costs) incurred by those expressing interest in and/or participating in dialogue and/or tendering for this opportunity.

No contract (whether implied or otherwise) shall exist between any bidder and the University until such time as a contract is awarded to a successful bidder.

The University reserves the right to make any changes to the procurement as it may require at any time with no liability on its part (including to change, suspend, stop or terminate the process and not award a contract and/or to reject any or all bids at any time).

The maximum number of Suppliers to be awarded in each lot is:

Lot 1: 1

Lot 2: 1

Lot 3: 1

Lot 4: 3

Lot 5: 6

VI.4)Procedures for review
VI.4.1)Review body
Official name: The High Court of Justice of England
Postal address: Strand
Town: London
Postal code: WC2A 2LL
Country: United Kingdom
VI.4.3)Review procedure
Precise information on deadline(s) for review procedures:

The authority will incorporate a minimum 10 calendar day standstill period at the point information on the award of the contract is communicated to tenderers. Applicants who are unsuccessful shall be informed by the authority as soon as possible after the decision has been made as to the reasons why the applicant was unsuccessful. If an appeal regarding the award of the contract has not been successfully resolved, The Public Contracts Regulations 2015 (SI 2015 No 102) provide for aggrieved parties who have been harmed or are at risk of harm by breach of the rules to take action in the High Court (England, Wales, and Northern Ireland). Any such action must generally be brought within three months. If a declaration of ineffectiveness is sought, any such action must be brought within 30 days where the authority has communicated the award of the contract and a summary of reasons to tenderers, or otherwise within 6 months of the contract being entered into. Where a contract has not been entered into, the Court may order the setting aside of the award decision or order the authority to amend any document and may award damages. If the contract has been entered into the Court may, depending on the circumstances, award damages, make a declaration of ineffectiveness, order the Authority to pay a fine, and/or order that the duration of the contract be shortened. The purpose of the standstill period referred to above is to allow the parties to apply to the Courts to set aside the award decision before the contract is entered into.

VI.5)Date of dispatch of this notice:
18/10/2019