Data Centre Services for EMBL Cambridge
EMBL-EBI is seeking new data centre capacity to host their expanding IT infrastructure.
United Kingdom-Cambridge: Data services
2013/S 222-386775
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
European Molecular Biology Laboratory (EMBL)
EMBL Outstation – European Bioinformatics Institute (EMBL-EBI), Hinxton
For the attention of: Manuela Menchi
CB10 1SD Cambridge
UNITED KINGDOM
Telephone: +44 1223492637
E-mail: dcc-space@ebi.ac.uk
Internet address(es):
General address of the contracting authority: http://www.ebi.ac.uk/
Address of the buyer profile: http://www.mytenders.org/search/Search_AuthProfile.aspx?ID=AA24767
Further information can be obtained from: European Molecular Biology Laboratory (EMBL-EBI)
EMBL Outstation European Bioinformatics Institute (EMBL-EBI), Hinxton
For the attention of: Manuela Menchi
CB10 1SD Cambridge
UNITED KINGDOM
Telephone: +44 1223492637
E-mail: dcc-space@ebi.ac.uk
Internet address: http://www.ebi.ac.uk/dcc-space
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: European Molecular Biology Laboratory (EMBL-EBI)
EMBL Outstation European Bioinformatics Institute (EMBL-EBI), Hinxton
For the attention of: Manuela Menchi
CB10 1SD Cambridge
UNITED KINGDOM
Telephone: +44 1223492637
E-mail: dcc-space@ebi.ac.uk
Internet address: http://www.ebi.ac.uk/dcc-space
Tenders or requests to participate must be sent to: European Molecular Biology Laboratory (EMBL-EBI)
EMBL Outstation European Bioinformatics Institute (EMBL-EBI), Hinxton
For the attention of: Manuela Menchi
CB10 1SD Cambridge
UNITED KINGDOM
Telephone: +44 1223492637
E-mail: dcc-space@ebi.ac.uk
Internet address: http://www.ebi.ac.uk/dcc-space
Section II: Object of the contract
Service category No 7: Computer and related services
Main site or location of works, place of delivery or of performance: United Kingdom.
NUTS code UKH12
EMBL-EBI receives more than 3.5 million web hits a day, and more than 30,000 unique users every month. The data and the vast majority of its software systems are open source, allowing the research Community to use its bioinformatics resources openly available, and without restriction.
EMBL-EBI is seeking new data centre capacity to host their expanding IT infrastructure. The data centre capacity must be carrier neutral and achieve Tier III standard or equivalent. The data centre(s) must be located within 4 hours drive (measured using AA Route planner www.theaa.com/route-planner) of EMBL EBI’s Outstation at Hinxton, Cambridgeshire to allow EMBL-EBI staff to undertake installation, maintenance and upgrade work on the IT equipment in the data centre(s). EMBL-EBI requires the provider to supply the infrastructure associated with and space for 60 racks within a highly robust and secure environment. In addition, EMBL EBI requires the flexibility to increase this requirement by up to 40 racks during the contract term.
Pre-Qualification Questionnaires will be available from 18.11.2013 at which point they can be downloaded from www.ebi.ac.uk/dcc-space or requested by emailing dcc-space@ebi.ac.uk
NOTE: To register your interest in this notice and obtain any additional information please visit the myTenders Web Site at http://www.myTenders.org/Search/Search_Switch.aspx?ID=106679
72300000
Estimated value excluding VAT:
Range: between 5 000 000 and 10 000 000 GBP
Section III: Legal, economic, financial and technical information
Description of particular conditions: Particular conditions will be set out in the tender documentation.
(2) All candidates will be required to produce a certificate or declaration demonstrating that the candidate, their directors, or any other person who has powers of representation, decision or control of the candidate has not been convicted of conspiracy, corruption, bribery, or money laundering. Failure to provide such a declaration will result in the candidate being declared ineligible and they will not be selected to participate in this procurement process.
(3) All candidates will be required to produce a certificate or declaration demonstrating that they have not been convicted of a criminal offence relating to the conduct of their business or profession.
(4) All candidates will be required to produce a certificate or declaration demonstrating that they have not committed an act of grave misconduct in the course of their business or profession.
(5) All candidates must comply with the requirements of the State in which they are established, regarding registration on the professional or trade register.
(6) Any candidate found to be guilty of serious misrepresentation in providing any information required, may be declared ineligible and not selected to continue with this procurement process.
(7) All candidates will have to demonstrate that they are licensed, or a member of the relevant organisation, in the State where they are established, when the law of that State prohibits the provision of the services, described in this notice, by a person who is not so licensed or who is not a member of the relevant organisation.
(8) All candidates will be required to produce a certificate or declaration demonstrating that they have fulfilled obligations relating to the payment of social security contributions under the law of any part of the United Kingdom or of the relevant State in which the candidate is established.
(9) All candidates will be required to produce a certificate or declaration demonstrating that they have fulfilled obligations relating to the payment of taxes under the law of any part of the United Kingdom or of the relevant State in which the economic operator is established.
As set out in the Pre-Qualification Questionnaire.
(2) All candidates will be required to provide a statement, covering the 3 previous financial years including the overall turnover of the candidate and the turnover in respect of the activities which are of a similar type to the subject matter of this notice.
(3) All candidates will be required to provide statements of accounts or extracts from those accounts relating to their business.
As set out in the Pre-Qualification Questionnaire.
Minimum level(s) of standards possibly required: As set out in the Pre-Qualification Questionnaire.
As set out in the Pre-Qualification Questionnaire.
Minimum level(s) of standards possibly required:
As set out in the Pre-Qualification Questionnaire.
Section IV: Procedure
Objective criteria for choosing the limited number of candidates: A Pre-Qualification Questionnaire (PQQ) will be used to assess the capability of those candidates who register an interest in tendering for this requirement.
The ten highest scoring candidates (achieving the required thresholds for each criteria) following evaluation of the PQQs will be invited to tender. If fewer than ten candidates achieve the required thresholds for each criteria than the number of candidates invited to tender will be reduced. A minimum of five candidates will be invited to tender.
In the event that fewer than five candidates either apply or achieve the necessary threholds, EMBL EBI reserves the right to discontinue this procurement or adopt an alternative procedure.
Prior information notice
Notice number in the OJEU: 2013/S 182-314098 of 19.9.2013
Section VI: Complementary information
The adherence to a particular procedure for the procurement of data centre services which may or may not follow a procurement procedure in accordance with Directive 2004/18/EC or associated legislation or regulation of any EU member state, including but not limited to The Public Contracts Regulations 2006, is on an entirely voluntary basis on the part of the EMBL-EBI. Any recipient of this notice and any person relying upon the content of this notice is not intended to proceed or otherwise assume that the EMBL-EBI is other than exempted and privileged and immune from jurisdiction and suit as previously stated.
(MT Ref:106679)
VI.5)Date of dispatch of this notice:14.11.2013