Shaw Consulting Ltd is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Server, Storage and Disaster Recovery Solution |
Notice type: | Contract Notice |
Authority: | Shaw Consulting Ltd |
Nature of contract: | Services |
Procedure: | Open |
Short Description: | Muir Group is looking to select an organisation who can implement a Fully Resilient Server and Storage solution which includes all the required network connectivity (if existing provision is deemed to be not suitable / incompatible) between the servers proposed storage solution. Muir Group is looking for their current virtualisation software (VMWare 5) to either be upgraded to the latest version or be replaced with a different Virtualisation solution. Their current version of Citrix (XenApp 6) needs to be upgraded to the latest version. Muir Group current receive a 24*7*365 monitoring service for their IT environment at the primary and DR location and is looking for options to replace the current service. |
Published: | 14/03/2017 13:50 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Muir Group Housing Association
80 Lightfoot Street, Hoole, Chester, CH2 3AL, United Kingdom
Email: chris.shaw@shawc.co.uk
Contact: Chris Shaw
Main Address: http://www.muir.org.uk, Address of the buyer profile: http://www.shawc.co.uk
NUTS Code: UKD2
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: https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=244599653
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent 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: Server, Storage and Disaster Recovery 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: Muir Group is looking to select an organisation who can implement a Fully Resilient Server and Storage solution which includes all the required network connectivity (if existing provision is deemed to be not suitable / incompatible) between the servers proposed storage solution.
Muir Group is looking for their current virtualisation software (VMWare 5) to either be upgraded to the latest version or be replaced with a different Virtualisation solution.
Their current version of Citrix (XenApp 6) needs to be upgraded to the latest version.
Muir Group current receive a 24*7*365 monitoring service for their IT environment at the primary and DR location and is looking for options to replace the current service.
II.1.5) Estimated total value:
Value excluding VAT: 1,250,000
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:
UKD2 Cheshire
II.2.4) Description of procurement: Muir Group is looking to select an organisation who can implement a Fully Resilient Server and Storage solution which includes all the required network connectivity (if existing provision is deemed to be not suitable / incompatible) between the servers proposed storage solution.
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.
To ensure the solution is future proof we are looking for the core network / SAN networking to have high speed interconnects. Note: Current Server to SAN connectivity is 8Gbps Fibre Channel and the core network is 10Gbe.
It is envisaged that primary site will continue to be located at Muir Group’s new Head office which is at Lightfoot Street in Chester and the Backup location will be installed in an external location. Note: Currently, Muir Group rent two racks from Melbourne in Manchester where their 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 Muir Group has VMware VSphere 5.1.0 and Citrix XenApp 6.
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.
Muir Group’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, long term archiving of data is transferred to an LTO Tape Based system.
The current server and storage solution will be 5 years old in September 2017 after which it will not be covered under maintenance. The repurposed servers (used at the DR site at Melbourne) are over 8 years old.
Some of the current hardware could have maintenance extended, but not for a full 5 years and therefore not feasible retaining / reusing the existing hardware. Note: Muir Group 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.
Muir Group 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.
Once the solution has been built and the existing environment upgraded and migrated over to the new solution, Muir Group will need a support contracts in place for every element of the solution, including support for VMware, Citrix, Exchange, and the backup solution. Note: We envisage direct support contracts with the hardware / software vendors.
Muir Group does however require a 24*7*365 monitoring service for the implemented solution and monitoring of existing ICT Infrastructure components. Note: Muir Group currently have a contract to provide a 24*7*365 monitoring service that uses SolarWinds which is provided as a service.
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:
Value excluding VAT: 1,250,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 60
This contract is subject to renewal: Yes
Description of renewals: The initial contract will be for 12 months to ensure the proposed solution can be delivered, the support services will be renewable annually. The hardware and software solution needs to be provided with 5 years maintenance and support from the vendor.
II.2.10) Information about variants:
Variants will be accepted: Yes
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: No
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
Not Provided
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: 24/04/2017 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: 24/04/2017
Time: 09:00
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-Chester:-Information-systems-and-servers./Z35BU68ZV4
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/Z35BU68ZV4
VI.4) Procedures for review
VI.4.1) Review body:
Muir Group Housing Association
80 Lightfoot Street, Hoole, Chester, CH2 3AL, 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: 14/03/2017
Annex A
View any Notice Addenda
View Award Notice
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
Muir Group Housing Association
80 Lightfoot Street, Hoole, Chester, CH2 3AL, United Kingdom
Email: chris.shaw@shawc.co.uk
Contact: Chris Shaw
Main Address: http://www.muir.org.uk, Address of the buyer profile: http://www.shawc.co.uk
NUTS Code: UKD2
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.4)Type of the contracting authority:
Body governed by public law
I.5) Main activity:
Housing and community amenities
Section II: Object Of The Contract
II.1) Scope of the procurement
II.1.1) Title: *** CONTRACT AWARD *** Server, Storage and Disaster Recovery 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: CONTRACT AWARD for a Fully Resilient Server and Storage solution which includes all the required LAN & WAN connectivity between the servers proposed storage solution.
Upgrade of VMWare to the latest version
Upgrade of Citrix to the latest version.
24*7*365 monitoring service for their IT environment at the primary and DR location.
Implementation and Support for 5 years.
II.1.6) Information about lots
This contract is divided into lots: No
II.1.7) Total value of the procurement (excluding VAT)
Value: 1,151,070
Currency:GBP
II.2) Description
II.2.2) Additional CPV code(s):
Not Provided
II.2.3) Place of performance
Nuts code:
UKD2 - Cheshire
Main site or place of performance:
Cheshire
II.2.4) Description of the procurement: CONTRACT AWARD for a Fully Resilient Server and Storage solution which includes all the required LAN & WAN connectivity between the servers proposed storage solution.
Upgrade of VMWare to the latest version
Upgrade of Citrix to the latest version.
24*7*365 monitoring service for their IT environment at the primary and DR location.
Implementation and Support for 5 years.
II.2.5) Award criteria:
Quality criterion - Name: Technical Requirements - Section 5.2 through to 5.6 / Weighting: 50
Quality criterion - Name: Installation, Transition and Support - Section 5.7 to 5.12 / Weighting: 20
Quality criterion - Name: Pricing Questions / Weighting: 5
Quality criterion - Name: Presentations from Shortlisted Suppliers / Weighting: 10
Cost criterion - Name: Total Cost of Ownership over 5 years / Weighting: 25
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: Not Provided
Section IV: Procedure
IV.1) Description
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
IV.1.6) Information about electronic auction
An electronic auction has been used: No
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
Not Provided
IV.2.9) Information about termination of call for competition in the form of a prior information notice
The contracting authority will not award any further contracts based on the above prior information notice: No
Section V: Award of contract
Award Of Contract (No.1)
Contract No: Not Provided
Lot Number: Not Provided
Title: Not Provided
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 06/06/2017
V.2.2) Information about tenders
Number of tenders received: 7
Number of tenders received from SMEs: Not Provided
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: Not Provided
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Virgin Media Business
Concord House, Concord Business Park, Threapwood Road, Wythenshawe, Manchester, M22 0EY, United Kingdom
NUTS Code: UKD3
The contractor is an SME: No
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: Not Provided
Total value of the contract/lot: 1,151,070
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Section VI: Complementary information
VI.3) Additional information: The Alcatel period has been completed and no challenges were received.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=262187507
VI.4) Procedures for review
VI.4.1) Review body
Muir Group Housing Association
80 Lightfoot Street, Hoole, Chester, CH2 3AL, United Kingdom
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures: Not Provided
VI.4.4) Service from which information about the review procedure may be obtained
Not Provided
VI.5) Date of dispatch of this notice: 07/06/2017