Servers, Storage and Solutions Framework
This framework is for the provision of Servers, Storage and Solutions, including virtual appliances, support and maintenance and warranty extensions.
United Kingdom-Reading: Data-processing machines (hardware)
2016/S 061-103632
Contract notice
Supplies
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Southern Universities Purchasing Consortium
Science and Technology Centre, University of Reading, Earley Gate, Whightknights Road
RG6 6BZ Reading
UNITED KINGDOM
E-mail: supc@reading.ac.uk
Internet address(es):
General address of the contracting authority: www.supc.ac.uk
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.2)Type of the contracting authority
I.3)Main activity
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: yes
This Framework is being tendered on behalf of the following organisations and their members: Southern Universities Purchasing Consortium (SUPC)http://www.supc.ac.uk/engage/our-members/our-members ; North East Universities Purchasing Consortium (NEUPC) http://www.neupc.ac.uk/our-members ; North West Universities Purchasing Consortium (NWUPC) http://www.nwupc.ac.uk/our-members ; London Universities Purchasing Consortium (LUPC) http://www.lupc.ac.uk/list-of-members.html ; Advanced Procurement for Universities and Colleges (APUC) http://www.apuc-scot.ac.uk/#!/members ; Higher Education Purchasing Consortium Wales (HEPCW) http://www.hepcw.ac.uk/
Section II: Object of the contract
II.1.1)Title attributed to the contract by the contracting authority:
II.1.2)Type of contract and location of works, place of delivery or of performance
Purchase
NUTS code UK
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.4)Information on framework agreement
maximum number of participants to the framework agreement envisaged: 10
Duration of the framework agreement
Duration in years: 4
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT:
Range: between 200 000 000 and 600 000 000 GBP
II.1.5)Short description of the contract or purchase(s)
A full list of the participating Consortia members are available on the Consortia websites: www.supc.ac.uk ; www.lupc.ac.uk ;http://neupc.procureweb.ac.uk/ ; www.nwupc.ac.uk ; http://hepcw.procureweb.ac.uk/ ; http://www.apuc-scot.ac.ukThis framework is for the provision of Servers, Storage and Solutions, including virtual appliances, support and maintenance and warranty extensions, software defined storage, backup solutions. It also includes compute and server related solutions, converged, hyper-converged, HPC and associated infrastructure.
II.1.6)Common procurement vocabulary (CPV)
30210000, 48824000, 30211100, 48822000, 48821000, 30233141, 30233150, 48825000, 30234000, 30233100, 30233000, 30233140, 48820000,48782000, 30233180, 48823000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
Tenders may be submitted for one or more lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
This agreement is being split into lots due to the nature of the market.
Lot 1: Compute, servers including Virtual Appliances, software support and maintenance including warranty extensions. Agreements may be awarded to Original Equipment Manufacturers (OEM) only, with the option to supply direct and/or nominate a specified number of approved channel partners;
Lot 2: Storage, hardware Including Virtual Appliances Software defined storage inclusive of object storage, backup solutions, software Support and Maintenance including warranty extensions. Agreements may be awarded to Original Equipment Manufacturers (OEM) only with the option to supply direct and/or nominate a specified number of approved channel partners;
Lot 3: This lot is being sub-divided into 2 lots. Sub Lot 3a — Solutions — Compute and Storage Solutions, Converged, and Hyper Converged Solutions, intrinsic networking ‘ interconnects, virtual appliances, software defined storage, object storage, backup solutions and intrinsic to solution software Support and Maintenance and warranty extensions. Agreements may be awarded to Original Equipment Manufacturers (OEM) only with the option to supply direct and/or nominate a specified number of approved channel partners;
Sub Lot 3b — High Performance Computing or Data Intensive Computing. Agreements may be awarded to Original Equipment Manufacturers (OEM) only with the option to supply direct and/or nominate a specified number of approved channel partners;
Lot 4: Compute and Storage Solutions, covering: HPC associated infrastructure, e.g. object storage, Converged, and Hyper Converged Solutions, including servers, storage, intrinsic networking ’ interconnects, Virtual Appliances, Software defined storage, object storage backup solutions and intrinsic to solution software Support and Maintenance and warranty extensions. Agreements may be awarded to approved Resellers only. This lot will have a focus on the delivery of innovative Multi-vendor solutions.
The Southern Universities Purchasing Consortium (SUPC) awards and manages framework agreements for the education sector and is acting as lead organisation on behalf of its members and also for members of the other consortia (see Section II 1.5)). A full list of participating consortia is available on the consortia websites.
The Framework Agreement concluded as a result of this tender will be for a period of 2 years, with possible extension for 2 further 12 month periods at SUPC’s sole discretion. Satisfactory performance may be taken into account.
Estimated value excluding VAT:
Range: between 200 000 000 and 600 000 000 GBP
II.2.2)Information about options
II.3)Duration of the contract or time limit for completion
Information about lots
Lot No: 1 Lot title: Servers
1)Short description
2)Common procurement vocabulary (CPV)
48820000, 48822000, 48821000, 48823000, 48825000
3)Quantity or scope
Lot No: 2 Lot title: Storage
1)Short description
2)Common procurement vocabulary (CPV)
30233000, 30233100, 48782000, 30233140, 30234000
3)Quantity or scope
Lot No: 3 Lot title: Solutions
1)Short description
2)Common procurement vocabulary (CPV)
48800000, 48780000, 72317000, 48822000, 48821000, 48825000, 30234000, 30233100, 48750000, 30233000, 30233140, 48820000, 48823000
3)Quantity or scope
This lot is sub divided into 2 lots:
Lot 3a — Solutions including converged, hyper-converged, hybrid and other solutions excluding high performance computing and data intensive computing;
Lot 3b — High performance computing and data intensive computing only.
Lot No: 4 Lot title: Reseller Solutions
1)Short description
2)Common procurement vocabulary (CPV)
48800000, 30233140, 48821000, 48825000, 48820000, 30233100, 30233000, 30234000, 48750000, 48822000, 48780000, 48823000
3)Quantity or scope
Section III: Legal, economic, financial and technical information
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditions
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
III.2.2)Economic and financial ability
Minimum level(s) of standards possibly required: As per the Invitation to Tender and associated documentation.
III.2.3)Technical capacity
As per the Invitation to Tender and associated documentation.
Minimum level(s) of standards possibly required:
As per the Invitation to Tender and associated documentation.
Section IV: Procedure
IV.1.1)Type of procedure
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.1)File reference number attributed by the contracting authority:
IV.3.2)Previous publication(s) concerning the same contract
Prior information notice
Notice number in the OJEU: 2015/S 235-425925 of 4.12.2015
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
IV.3.4)Time limit for receipt of tenders or requests to participate
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional information
This agreement will be open to universities and their partners regardless of whether or not they are to be defined as contracting authorities for the purpose of PCR 2015.
VI.5)Date of dispatch of this notice: