Shaw Consulting Ltd is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | ICT Infrastructure Solution |
Notice type: | Contract Notice |
Authority: | Shaw Consulting Ltd |
Nature of contract: | Services |
Procedure: | Open |
Short Description: | Southway is looking to select an organisation who can implement a Fully Resilient ICT Infrastructure Solution which includes all the required network connectivity between the servers proposed storage solution and network edge switches and wireless access points. |
Published: | 18/08/2017 12:45 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Southway Housing Trust
ASPEN HOUSE,, 825 WILMSLOW RD,, DIDSBURY, MANCHESTER, M20 2SN, United Kingdom
Tel. +44 7722067596, Email: chris.shaw@shawc.co.uk
Contact: Chris Shaw
Main Address: HTTP://WWW.SOUTHWAYHOUSING.CO.UK, Address of the buyer profile: http://www.shawc.co.uk
NUTS Code: UKD3
I.2) Joint procurement
The contract involves joint procurement: No.
In the case of joint procurement involving different countries, state applicable national procurement law: Not provided
The contract is awarded by a central purchasing body: No.
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: http://www.delta-esourcing.com/tenders/UK-UK-MANCHESTER:-Information-systems-and-servers./S248Q4585D
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com/respond/S248Q4585D to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Housing and community amenities
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: ICT Infrastructure Solution
Reference Number: Not provided
II.1.2) Main CPV Code:
48800000 - Information systems and servers.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: Southway is looking to select an organisation who can implement a Fully Resilient ICT Infrastructure Solution which includes all the required network connectivity between the servers proposed storage solution and network edge switches and wireless access points.
II.1.5) Estimated total value:
Value excluding VAT: 1,500,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV codes:
Not Provided
II.2.3) Place of performance:
UKD3 Greater Manchester
II.2.4) Description of procurement: Southway is looking to select an organisation who can implement a Fully Resilient ICT Infrastructure Solution which includes all the required network connectivity between the servers proposed storage solution and network edge switches and wireless access points.
The storage solution needs to be able maximise storage efficiencies, be scalable, be fully resilient in design both locally and across the primary and backup sites. It is a requirement that the storage device at Primary is fully populated with SSD’s and does not contain any SAS or SATA drives. Over the life of the solution we expect will need 45TB’s of usable storage, however outset we estimate we will only require 16TB’s of usable storage.
To ensure the solution is future proof we are looking for the core network / SAN networking to have high speed interconnects (minimum of 10Gb ISCSI / 16GB FC is required and the value of deploying higher bandwidths will be considered.) Note: Current Server to SAN connectivity is 1Gbps ISCSI.
The primary site will be located at Southway’s new Head office (Southern Gate, 729 Princess Road, Manchester, M20 2LT) and this will host the main ICT Infrastructure. The Backup location will be installed in an external location. Note: Currently, Southway rent rack space from LDEX in Manchester where their current backup infrastructure is located.
The existing Infrastructure, including the VMware environment and Citrix environment will need to be migrated and upgraded to the latest versions of software; currently Southway has VMware VSphere 5.1.0 Standard Edition, VCenter, and Citrix XenApp 6, both these products have Software Assurance.
The primary and backup locations are currently setup in a high availability mode to ensure that no single component failure would prevent any system / service availability. This level of resilience is required for the proposed solution.
The solution needs to have the capability to failover to the backup site and have the capability to easily fallback to the primary site.
The proposed solution must enable Southway to achieve a Recovery Time Objective (RTO) within 4 hours for all the main business systems and supporting Infrastructure.
The proposed solution must provide a Recovery Point Objective (RPO) of 1 hour for all the data stored on the proposed storage solution. Therefore, in addition to the estimated 45TB’s of usable storage the SAN must provide over 5 years, it also needs to accommodate the storage needs for Recovery Point Data.
Southway’s existing backup system enables them to backup multiple servers in parallel and recover data quickly, the existing solution enables them to hold on disk backups for up to 30 days (on the HP SAN), long term archiving of data is transferred to an LTO Tape Based system. A more modern and agile, backup and recovery solution is required for the new ICT Infrastructure,
The current server and storage solution will be 5 years old in October 2017 after which it will not be covered under maintenance.
Southway are open to all options for delivering their requirements, but the decision on what is selected will be heavily weighted on the cost of the complete solution over the full 5 years.
Southway has invested heavily in training its IT staff on being able to maintain, operate and support the existing IT Environment; Training and handover on the new solution will need to be delivered as part of the solution.
Full documentation for the implemented solution will be required.
Full proof of tests performed during the commissioning of the solution will be required.
Latest software licenses for the proposed solution are required and this includes Microsoft (server, application and desktop), Virtualisation, Thin Client. Note: Southway don’t have any Software Assurance in place for their Microsoft software estate and don’t envisage requiring this in the future
Southway may need a support service for the solution
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Sections 5.2 through to 5.9 / Weighting: 50
Quality criterion - Name: Sections 5.10 through to 5.15 / Weighting: 20
Cost criterion - Name: Total cost of ownership and pricing questions in Section 5.16 / Weighting: 30
II.2.6) Estimated value:
Value excluding VAT: 1,500,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 52
This contract is subject to renewal: Yes
Description of renewals: There is the possible of extensions depending on the performance of the supplier. These extensions could be for one or two years and there could be 2 possible extensions.
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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
Identification of the project: Not provided
II.2.14) Additional information: Not provided
Section III: Legal, Economic, Financial And Technical Information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
Not Provided
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.5) Information about reserved contracts (if applicable)
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No
The execution of the contract is restricted to the framework of sheltered employment programmes: Yes
III.2) Conditions related to the contract
III.2.1) Information about a particular profession
Reference to the relevant law, regulation or administrative provision:
Not Provided
III.2.2) Contract performance conditions
Dependent on the suppliers status, a performance bond or guarantee may be required.
An agreement as to how the project is funded will be covered as part of the contract negotiations with the preferred supplier. Any payment made to the supplier will be in pounds sterling and will be normally made by electronic funds transfer.
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No
Section IV: Procedure
IV.1) Description OPEN
IV.1.1) Type of procedure: Open
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement - NO
In the case of framework agreements justification for any duration exceeding 4 years: Not Provided
IV.1.6) Information about electronic auction:
An electronic auction will be used: No
Additional information about electronic auction: Not provided
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure:
Notice number in the OJ S: Not provided
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 25/09/2017 Time: 09:00
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: Not Provided
IV.2.7) Conditions for opening of tenders:
Date: 25/09/2017
Time: 09:01
Place:
Didsbury
Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: No
Estimated timing for further notices to be published: Not provided
VI.2) Information about electronic workflows
Electronic ordering will be used No
Electronic invoicing will be accepted No
Electronic payment will be used No
VI.3) Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-MANCHESTER:-Information-systems-and-servers./S248Q4585D
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/S248Q4585D
VI.4) Procedures for review
VI.4.1) Review body:
Southway Housing Trust
Didsbury, United Kingdom
VI.4.2) Body responsible for mediation procedures:
Not provided
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Not Provided
VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
VI.5) Date Of Dispatch Of This Notice: 18/08/2017
Annex A