Shaw Consulting Ltd: Server, Storage and Disaster Recovery Solution

  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
Please note that the deadline for response to this opportunity has passed. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile for future opportunities.

View Full Notice

UK-Chester: Information systems and servers.
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

UK-Chester: Information systems and servers.

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