Backup and Disaster Recovery Tender Edinburgh
Backup and recovery infrastructure including full data and system recovery.
United Kingdom-Riccarton: Information systems and servers
2019/S 070-165668
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Moyen House, Research Park North, Heriot-Watt University
Riccarton, Edinburgh
EH14 4AP
United Kingdom
Contact person: Richard Kinghorn
Telephone: +44 1314513704
E-mail: R.G.Kinghorn@hw.ac.uk
NUTS code: UKM75
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00307
I.2)Information about joint procurement
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Servers and Storage, Backup and Disaster Recovery
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
The University is seeking proposals for a virtual infrastructure meeting our scope of requirements (capacity, performance and VMware compatibility) and a backup and recovery infrastructure including full data and system recovery in a major disaster recovery scenario. In addition, the solution should include the ability to backup and restore data from cloud based data stores and also the ability to run entire services and servers from a multi-region cloud platform.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
The University is seeking proposals for a virtual infrastructure meeting our scope of requirements (capacity, performance and VMware compatibility) and a backup and recovery infrastructure including full data and system recovery in a major disaster recovery scenario. In addition, the solution should include the ability to backup and restore data from cloud based data stores and also the ability to run entire services and servers from a multi-region cloud platform.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The University reserves the right to extend the agreement for a further 2 years subject to satisfactory performance and continuation of the University’s requirements.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
Section III: Legal, economic, financial and technical information
III.1.2)Economic and financial standing
Bidders will be required to have a minimum “general” yearly turnover of 1 300,000 GBP for the last 3 years.
Please refer to Part IV Selection Criteria: Question 4B.1.1 of the ESPD:
It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commencement of any contract, the types and levels of insurance listed below. Bidders also must confirm they can provide the following supporting evidence at point of award.
Employer’s (Compulsory) liability insurance = 5 000 000 GBP.
Professional indemnity insurance = 5 000 000 GBP.
Product liability insurance = 5 000 000 GBP.
Public liability insurance = 5 000 000 GBP.
Please refer to Part IV Selection Criteria: Question 4B.5.1 of the ESPD.
Bidders are not required to produce supporting documentary evidence at the time of submitting the ESPD (Scotland)/bid submission.
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.7)Conditions for opening of tenders
University’s Edinburgh Campus
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about electronic workflows
VI.3)Additional information:
(i) Economic operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015.
(ii) ESPD will be scored on pass/fail basis.
(iii) The ratio for this procurement exercise is technical 75 % and commercial 25 %.
Detail on this award criteria can be found in Section 3 of the ITT.
(iv) Question scoring methodology:
100 — Value add: the tenderer has provided a strong methodology addressing all the key points requested and has also provided detail of relevant value add that they can provide.
75 — Good: the tenderer response is relevant and good. The response is sufficiently detailed to demonstrate a good understanding and provide details on how the requirements will be fulfilled.
50 — Acceptable: the tenderer has provided an acceptable methodology addressing most of the key points listed above in detail or the tenderer has provided all the key points listed above but lacks detail in answering the question fully. The response provides confidence that the requirements can be met.
25 — Minor concerns: the tenderer has provided a methodology addressing some of the key points listed above in detail or the tenderer has provided most of the key points listed above but lacks detail. The response provided does not provide confidence fully that the requirements can be met.
0 — Major concerns: the tenderer has failed to address the question, submitted a nil response or any element of the response gives cause for major concern.
(v) Tenderers will be asked to complete the following forms in the Technical Questionnaire in PCS-Tender: form of tender, bona fide of tender, freedom of information, supply chain code of conduct, parent company guarantee (if applicable).
Please note that these forms are for information only and will not be scored.
(vi) The successful contractor must confirm they comply with Modern Slavery Act 2015.
(vii) Where the capability and capacity of a subcontractor, members of a consortia or any other body will be relied on to meet the selection criteria, separate ESPD are required from each of those other parties relied on. Where subcontractors are to be used but their capability and capacity are not relied on, University may choose to request separate ESPD.
(viii) Bidders are not required to produce supporting documentary evidence at the time of submitting the ESPD. However, where it is necessary to ensure the integrity and proper conduct of the procurement process, the University can request the evidence any time during the procurement process, all or part of the supporting documents from bidders. It is a discretionary ground for exclusion for a bidder not to be able to provide the ESPD supporting documents, or to withhold or misrepresent such information. More details on this can be found in the exclusion stage.
(ix) The successful contractor will be required to provide 3 years audited accounts, or equivalent prior to awarded to the contract, or confirm in their tender submission the publicly accessible, free, online location of accounts if available in such a format. There must be no qualification or contra-indication from any evidence provided in support of the Contractor’s economic and financial standing.
The buyer is using PCS-Tender to conduct this ITT exercise. The project code is project_13366, the ITT code is itt_29447
For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 13366
For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
(SC Ref:580017)
VI.4.1)Review body
Moyen House, Research Park North, Heriot-Watt University
Riccarton, Edinburgh
EH14 4AP
United Kingdom
Telephone: +44 1314513704
E-mail: R.G.Kinghorn@hw.ac.ukInternet address: http://hw.ac.uk
VI.5)Date of dispatch of this notice: