Ex-TCS TAPE & DOCUMENT STORAGE

Award

Buyers

Value

£38,500

Suppliers

Classifications

  • Storage media

Tags

  • award

Submission Deadline

4 years ago

Published

2 months ago

Description

Ex DRS contract that TCS held. Contract xfrd to Iron Mountain and novated to DBS to manage for storage of back up tapes and documents from 1.4.21 - Rolling 12 month contract

Documents

Premium

Bypass the hassle of outdated portals. Get all the information you need right here, right now.

  • Contract Agreement

    The official contract terms, conditions, and scopes of work.

    Download
  • Award Notice

    Details on the tender award and selected suppliers.

    Download

Similar Contracts

Open

STRATEGIC INFRASTRUCTURE AND CO-LOCATION EQUIPMENT AND SERVICES

Coventry University Group is seeking to align with an exclusive infrastructure and technical services partner with a proven track record of delivering innovative and sustainable solutions that drive growth and create lasting value for our business. The selected partner will provide comprehensive support to enhance our digital capabilities and help achieve business goals over the next five years. The partner will act as an extension of our digital infrastructure teams, supporting and leading the successful realisation of cutting-edge digital projects. Specifically, the partnership will focus on: • Co-design, implementation, and ongoing co-hosting of IT infrastructure, including: • Co-Location Datacentre Services. • Servers and storage solutions. • Network infrastructure (LAN, WAN, etc.). • Cloud integration and services. • Disaster recovery and business continuity planning. • Security solutions (firewalls, intrusion detection, etc.). • Infrastructure monitoring and management tools. • Proactive maintenance and support for all infrastructure components. • Technical expertise and guidance on infrastructure optimisation and future planning. • Professional services available for specific technical disciplines and domains. Coventry University envisages the contract will commence on the 1st May 2025 and will be for an initial term of 5 years with options to extend for up to one (1) further period of five (5) years for a total potential contract term of 10 years. Only suppliers on SSSNA Framework, Lot 5, can bid on this Tender. The indicative maximum total contract over 10 years value is £25 million excluding VAT for capital spend. The managed services element is estimated to be a maximum of £5 million excluding VAT. The contract will include options for additional projects related to transformation, optimisation and modernisation which are anticipated to be a maximum estimated value of £5 million excluding VAT subject to budget approval. Note that all the stated figures are shown for indicative spend only and there is no commitment to spend at any level of spend for Coventry University throughout the 5+5 period of the contract. The transformation, optimisation and modernisation projects are not guaranteed and will be subject to funding approval. Although our selected strategic technology will be favoured in the first instance, additional projects are not exclusive to this Strategic Technology Partner contract and the University reserve the right to procure such future projects outside of this contract. The indicative contract values set out in this document are estimated figures and may be subject to increase or decrease. All proposals, question and proposals must be submitted electronically in PDF format on the University's procurement portal, In-tend: https://in-tendhost.co.uk/coventryuniversity/aspx/Home

Open

SSE Service Desk, End User Services, Cloud Operations and SIAM Services

SSE Services Plc (the "Authority" and "SSE") is undergoing a service transformation journey, titled Programme Compass, to ensure that the Authority can meet the changing needs of the business as applications are modernised and a cloud first, and cloud native strategy is adopted. As part of Programme Compass, the Authority intends to implement a more focused, responsive and customer centric EUS (End user services), SD (Service Desk), Cloud Operations, and SIAM (service integration and management services). The Authority currently outsource End User Services and IT support services to two main providers, with one providing Service Desk & desk-side support, desktop device support, Service management and Cloud & Infrastructure services and the other providing End User services through a leased model for laptops and mobiles/tablets. The Authority has made the strategic decision to retender these IT services, with a view to improve the user experience, improve efficiency and effectiveness, and enable delivery of IT services in a more seamless way. The Authority is also moving towards a hybrid SIAM model. In this model, the Applicant will act as a Service Integrator (SI), whereby the Applicant focuses on operational execution of key SIAM services, whilst the Authority governs and owns them. The service will support ~20,000 end users (including up to 5% VIP users seeking priority services) across 350 geographically dispersed sites in the UK, Republic of Ireland, Netherlands, Poland, Spain, France, Italy, Greece and Japan (note that the list of these Service locations may be subject to change within the contract). The end user device estate includes large corporate offices and operational facilities, with the breakdown of users consisting of: 16,000 laptops, 1,800 desktops / mini PCs, and 14,500 mobiles / tablets. All stated volumes are indicative and subject to change throughout the procurement process. As a service provider delivering the in scope IT services to the Authority, the Applicant will need to deliver service management capabilities in accordance with the Authority's processes, policies and standards. Such documents shall be shared at the ITT stage. For assurance of supply of services for Service Desk, End User Services and Cloud Level 2 Operations, the Authority intends to within 6 months or as early as possible from the Effective Date (as defined in the Contract), have transitioned all services to the selected service provider. The scope of services is structured into five service towers as follows: Service Tower 1: Service Desk Services Service Tower 2: End User Services Service Tower 3: Service Management Platform and Data Services Service Tower 4: Cloud Level 2 Operations Service Tower 5: Service Integration and Management Services The Authority reserves the right to exclude Service tower 5 from the scope of this tender in the next stage of the procurement. Further information on the Service specification details for each service towers, is outlined in the 'Attachment 2 - PQQ Supplement' that can be downloaded from on the Jaggaer portal, as per section "1.3) Communication" section in this Contract Notice The Applicants intending to participate in the PQQ process will need to email the Authority on [email protected], with a confirmation of 'Expression of Interest' (EOI) along with details as per Section3 of 'Attachment 2 : PQQ Supplement' document on Jaggaer . The Authority will, in response, share access credentials unique to each applicant, via email for the Applicants to complete a Supplier Registration form. Further help and support will be available for any technical or login assistance via Supplier Helpdesk on the Jaggaer portal. Applicants need to note that, it is important to email the Authority as directed as soon as possible and by 17 February 2025 in order to start the Jaggaer registration process and maximise the response time that is available

SSE SERVICES PLC

Published 2 weeks ago

AI Bid Assistant

Our AI-powered tool to help you create winning bids is coming soon!

View Contract Source Save Contract

Timeline complete

Publish
Bid
Evaluate
Award
Complete