Skip to main content

Rydym wedi cadw rhai ffeiliau o'r enw cwcis ar eich dyfais. Y cwcis hyn yw:

  • Hanfodol ar gyfer y safle i weithio
  • Helpu i wella ein gwefan drwy gasglu ac adrodd gwybodaeth am sut rydych chi'n ei defnyddio

Hoffem hefyd arbed rhai cwcis i helpu i deilwra cyfathrebu.

BETA
Rydych yn edrych ar fersiwn wedi'i ddiweddaru o'r gwasanaeth hwn - bydd eich adborth yn ein helpu i'w wella.

Dyfarnu Contract

GCC006191CPU – The Provision of Compute and Storage Services

  • Cyhoeddwyd gyntaf: 01 Tachwedd 2025
  • Wedi'i addasu ddiwethaf: 01 Tachwedd 2025
  • Fersiwn: N/A
  • Cofnodi Diddordeb

     

  • Efallai na fydd y ffeil hon yn gwbl hygyrch.

  •  

Eicon Gwybodaeth

Nid yw'r prynwr yn defnyddio'r wefan hon i weinyddu'r hysbysiad.

I gofnodi eich diddordeb neu gael gwybodaeth neu ddogfennau ychwanegol, darllenwch y cyfarwyddiadau yn Nhestun Llawn yr Hysbysiad. (NODER: Nid oes angen ymateb i Hysbysiadau Dyfarnu Contractau a Hysbysiadau Gwybodaeth Ymlaen Llaw fel arfer)

Cynnwys

Crynodeb

OCID:
ocds-h6vhtk-0529b4
Cyhoeddwyd gan:
Glasgow City Council
ID Awudurdod:
AA20167
Dyddiad cyhoeddi:
01 Tachwedd 2025
Dyddiad Cau:
-
Math o hysbysiad:
Dyfarnu Contract
Mae ganddo ddogfennau:
Nac Ydi
Wedi SPD:
Nac Ydi
Mae ganddo gynllun lleihau carbon:
AMH

Crynodeb

The council invites tender bids for the provision of compute and storage services. This procurement will be conducted via the Public Contracts Scotland-Tender portal (PCS-T).

The contract is expected to run for an Initial Term of approximately 69 months. The council will have an option to extend the contract for periods of up to 60 months (in total) which will be exercised by the council serving notice on the Bidder in accordance with the council’s Terms and Conditions.

The estimated value of this contract over the maximum permitted duration of 129 months (69 plus up to 60) is expected to be within the range of 80,000,000 GBP to 110,000,000 GBP.

TUPE may apply to this contract.

Please refer to the Procurement Documents contained within PCS-T for full details relating to this opportunity.

Testun llawn y rhybydd

Hysbysiad dyfarnu contract

Canlyniadau'r weithdrefn gaffael

Adran I: Endid contractio

I.1) Enw a chyfeiriad

Glasgow City Council

40 John St, City Chambers

Glasgow

G2 1DU

UK

Ffôn: +44 1412872000

E-bost: Stacy.Simpson2@glasgow.gov.uk

NUTS: UKM82

Cyfeiriad(au) rhyngrwyd

Prif gyfeiriad: www.glasgow.gov.uk

Cyfeiriad proffil y prynwr: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00196

I.2) Caffael ar y cyd

Caiff y contract ei ddyfarnu gan gorff prynu canolog

I.4) Y math o awdurdod contractio

Awdurdod rhanbarthol neu leol

I.5) Prif weithgaredd

Gwasanaethau cyhoeddus cyffredinol

Adran II: Gwrthrych

II.1) Cwmpas y caffaeliad

II.1.1) Teitl

GCC006191CPU – The Provision of Compute and Storage Services

Cyfeirnod: GCC006191CPU

II.1.2) Prif god CPV

72000000

 

II.1.3) Y math o gontract

Gwasanaethau

II.1.4) Disgrifiad byr

The council invites tender bids for the provision of compute and storage services. This procurement will be conducted via the Public Contracts Scotland-Tender portal (PCS-T).

The contract is expected to run for an Initial Term of approximately 69 months. The council will have an option to extend the contract for periods of up to 60 months (in total) which will be exercised by the council serving notice on the Bidder in accordance with the council’s Terms and Conditions.

The estimated value of this contract over the maximum permitted duration of 129 months (69 plus up to 60) is expected to be within the range of 80,000,000 GBP to 110,000,000 GBP.

TUPE may apply to this contract.

Please refer to the Procurement Documents contained within PCS-T for full details relating to this opportunity.

II.1.6) Gwybodaeth am lotiau

Mae’r contract hwn wedi’i rannu’n lotiau: Na

II.1.7) Cyfanswm gwerth y caffaeliad

Gwerth heb gynnwys TAW: 4 493 294 831.00 GBP

II.2) Disgrifiad

II.2.2) Cod(au) CPV ychwanegol

72000000

72510000

72317000

30200000

72315000

48820000

72246000

72250000

72251000

72252000

72253200

72120000

72212710

48800000

48620000

II.2.3) Man cyflawni

Cod NUTS:

UKM82

II.2.4) Disgrifiad o’r caffaeliad

The council invites tender bids for the provision of compute and storage services. The Service Provider will provide datacentre and cloud infrastructure services to the council.

It is anticipated that the Compute and Storage Services shall commence on 01 October 2025 (the ‘Commencement Date’). Following the Due Diligence Period the Service Provider will be required to transition services from the current provider to the Service Provider’s environment during the Implementation Period and prior to the Operational Services Commencement Date of 01 July 2026. At a high level the Services will consist of:

1. A primary Tier 3 datacentre conforming to Tier 3 standards;

2. Disaster Recovery provision conforming to Tier 3 standards;

3. Provision, hosting and management of resilient Virtual server environments;

4. Provision, hosting and management of Physical server environments;

5. Installation, management and maintenance of current and new Operating systems and underpinning services;

6. Provision, hosting and management of scalable Storage services;

7. Backup, restore and archive, including immutable backups;

8. Provision and management of Datacentre internal networking;

9. Datacentre power management and reporting;

10. Connectivity between the Service Provider’s datacentres and the Council’s WAN;

11. Firewall provision, hosting, maintenance, management and configuration;

12. Private cloud infrastructure provision, hosting and management; and

13. Public cloud infrastructure provision and management.

As part of the delivery of this service, the Supplier will be required to integrate with the SIAM function.

PLEASE NOTE: Due to the nature of the Services, some information related to the procurement is considered sensitive, as it relates to the council’s security systems. In order to maintain confidentiality, the council require that a Confidentiality Agreement is signed by an Economic Operator prior to releasing the confidential information to them as part of this tender process. Economic Operators should complete and return the Confidentiality Agreement found within the Tender Pack in the “Buyer Attachments” area of PCS-T, and submit via the Q&A facility on the PCS-T portal as soon as possible. It is only following completion and return that the council shall send the information via email to the nominated individual listed on the Economic Operator’s Confidentiality Agreement.

II.2.5) Meini prawf dyfarnu

Maes prawf ansawdd: Quality / Pwysoliad: 70

Maes prawf ansawdd: Fair Work First / Pwysoliad: 5

Price / Pwysoliad:  25

II.2.11) Gwybodaeth am opsiynau

Opsiynau: Na

II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd

Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd: Na

II.2.14) Gwybodaeth ychwanegol

Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.

Section IV: Gweithdrefn

IV.1) Disgrifiad

IV.1.1) Y math o weithdrefn

Gweithdrefn agored

IV.1.8) Gwybodaeth am Gytundeb Caffael y Llywodraeth (GPA)

The procurement is covered by the Government Procurement Agreement: Ydy

IV.2) Gwybodaeth weinyddol

IV.2.1) Cyhoeddiad blaenorol mewn perthynas â’r weithdrefn hon

Rhif yr hysbysiad yn OJ S:

2025/S 000-028781

Section V: Dyfarnu contract

Rhif Contract: GCC006191CPU

Dyfernir contract/lot: Ydy

V.2 Dyfarnu contract

V.2.1) Y dyddiad y daeth y contract i ben

08/10/2025

V.2.2) Gwybodaeth am dendrau

Nifer y tendrau a ddaeth i law: 2

Nifer y tendrau a ddaeth i law gan BBaChau: 0

Nifer y tendrau a dderbyniwyd gan dendrwyr o Aelod-wladwriaethau yr UE: 0

Nifer y tendrau a dderbyniwyd gan dendrwyr o Aelod-wladwriaethau nad ydynt yn aelodau o'r UE: 0

Nifer y tendrau a ddaeth i law drwy ddulliau electronig: 2

Dyfarnwyd y contract i gr?p o weithredwyr economaidd: Na

V.2.3) Enw a chyfeiriad y contractwr

DataVita Limited

Fortis Datacentre,, York Road

Chapelhall

ML6 8HW

UK

Ffôn: +44 917701028

E-bost: dmckenna@datavita.co.uk

NUTS: UK

BBaCh yw’r contractwr: Na

V.2.4) Gwybodaeth am werth y contract/lot (heb gynnwys VAT)

Cyfanswm gwerth y contract/lot: 44 932 948.31 GBP

V.2.5) Gwybodaeth am is-gontractio

Section VI: Gwybodaeth ategol

VI.3) Gwybodaeth ychwanegol

The Health and Safety Questionnaire provided must be completed and submitted with all required supporting documents. A preferred bidder will be identified during evaluation and their completed Health & Safety questionnaire will be assessed by a Glasgow City Council Health & Safety Officer. In the event of a bidder failing to meet the minimum Health & Safety requirements of Glasgow City Council their offer will be rejected and then the next submission in ranked order will be assessed and so on until an acceptable provider is identified.

Freedom of Information Act — Information on the FOI Act is contained in Appendix A of the ITT. Bidders must note the implications of this legislation and ensure that any information they wish the council to consider withholding is specifically indicated on the FOI Certificate contained within Technical Envelope within tender portal (NB the council does not bind itself to withhold this information).

Tenderers Amendments — Bidders must enter any clause, condition, amendment to specification or any other qualification they may wish to make conditional to this offer. Bidders will be required to complete the tenderers amendment certificate that is contained as an attachment within PCS-T.

Non–Collusion- Bidders will be required to complete the Non-Collusion certificate contained as an attachment within PCS-T.

Insurance Mandate - All successful suppliers will be required to sign an Insurance Mandate, which will be issued in conjunction with the award letter authorising the Council to request copies of insurance documents from the supplier’s insurance provider. If the mandate is not signed and returned the Council reserves the right to request copies of insurance certificates from bidders at any point during the contract period. This is contained as an attachment within PCS-T.

Professional Integrity - Bidders will be required to answer questions related to professional integrity and to complete the Professional Integrity Certificate contained as an attachment within PCS-T.

Terms and Conditions are located within the attachments area of PCS-T.

Additional information pertaining to this contract notice is contained within the ITT documents. Bidders must ensure they read all attachments within the Buyers Attachments area in line with this contract notice.

The Contract Commencement Date is 8th October 2025.

Please note that there is an option for the Council to extend the Contract for multiple periods up to a

further 5 years.

(SC Ref:814422)

VI.4) Gweithdrefnau adolygu

VI.4.1) Corff adolygu

Glasgow Sheriff Court & Justice of the Peace Court

PO BOX 23, 1 Carlton Place

Glasgow

G5 9DA

UK

E-bost: glasgow@scotcourts.gov.uk

VI.4.3) Gweithdrefn adolygu

Gwybodaeth fanwl gywir am y terfyn(au) amser ar gyfer gweithdrefnau adolygu:

Glasgow City Council (“the Council”) must, by notice in writing as soon as possible after the decision has been made, inform all tenderers and candidates concerned of its decision to award the contract, conclude the framework agreement or establish a dynamic purchasing system. The Council must allow a period of at least the relevant standstill period (where the notice is sent by facsimile or electronic means the period is 10 days ending at midnight at the end of the 10th day after that on which the last notice is sent, when sent by other means the period is 15 days) to elapse between the date of despatch of the notice referred to in Regulation 85(1) of the Public Contracts (Scotland) Regulations 2015 (“the Regulations”). The Council is obliged to comply with the Regulations and any eligible economic operator can bring an action in the Sheriff Court or the Court of Session where as a consequence of a breach by the Council, suffers or risks suffering loss or damage. The bringing of court proceedings during the standstill period means that the Council must not enter into the contract, conclude the framework agreement or establish the dynamic purchasing system unless the proceedings are determined, discontinued or disposed of; or the court, by interim order, brings to an end the prohibition. The bringing of court proceedings after the standstill period has elapsed and the remedies that are available to the courts are detailed in the Regulations. Economic Operators can write to the Council seeking further clarification on the notice, to which the Council must respond within 15 days. Economic Operators should be mindful to seek their own independent legal advice when they consider appropriate to do so.

VI.5) Dyddiad anfon yr hysbysiad hwn

31/10/2025

Codio

Categorïau nwyddau

ID Teitl Prif gategori
30200000 Cyfarpar a chyflenwadau cyfrifiadurol Peiriannau, cyfarpar a chyflenwadau swyddfa a busnes, heblaw dodrefn a phecynnau meddalwedd
72251000 Gwasanaethau adfer yn dilyn trychineb Gwasanaethau system a chymorth
72252000 Gwasanaethau archifo cyfrifiadurol Gwasanaethau system a chymorth
72253200 Gwasanaethau cymorth systemau Gwasanaethau cymorth a desg gymorth
72212710 Gwasanaethau datblygu meddalwedd gwneud copïau wrth gefn neu adfer Gwasanaethau rhaglennu meddalwedd rhaglenni
72315000 Gwasanaethau rheoli a chefnogi rhwydweithiau data Gwasanaethau prosesu data
72510000 Gwasanaethau rheoli cyfrifiadurol Gwasanaethau cyfrifiadurol
72317000 Gwasanaethau storio data Gwasanaethau prosesu data
72250000 Gwasanaethau system a chymorth Gwasanaethu rhaglennu meddalwedd ac ymgynghori ar feddalwedd
72000000 Gwasanaethau TG: ymgynghori, datblygu meddalwedd, y Rhyngrwyd a chymorth Gwasanaethau Cyfrifiadurol a Chysylltiedig
72120000 Gwasanaethau ymgynghori ar adfer caledwedd yn dilyn trychineb Gwasanaethau ymgynghori ar galedwedd
72246000 Gwasanaethau ymgynghori ar systemau Gwasanaethau dadansoddi a rhaglenni systemau
48820000 Gweinyddion Systemau a gweinyddion gwybodaeth
48800000 Systemau a gweinyddion gwybodaeth Systemau pecynnau meddalwedd a gwybodaeth
48620000 Systemau gweithredu Pecyn meddalwedd cronfa ddata a meddalwedd gweithredu

Lleoliadau Dosbarthu

ID Disgrifiad
100 DU - I gyd

Cyfyngiadau Rhanbarthol ar y Rhybuddion

Mae’r prynwr wedi cyfyngu’r rhybuddion ar gyfer yr hysbysiad hwn i gyflenwyr yn y rhanbarthau canlynol.

ID Disgrifiad
Nid oes cyfyngiadau ar y rhybuddion ar gyfer yr hysbysiad hwn.

Ynglŷn â'r prynwr

Prif gyswllt:
Stacy.Simpson2@glasgow.gov.uk
Cyswllt gweinyddol:
N/a
Cyswllt technegol:
N/a
Cyswllt arall:
N/a

Gwybodaeth bellach

Dyddiad Manylion
Nid oes unrhyw wybodaeth bellach wedi'i lanlwytho.

0800 222 9004

Mae'r llinellau ar agor rhwng 8:30am a 5pm o ddydd Llun i ddydd Gwener.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.