Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Liverpool John Moores University
Finance, Kingsway House, Hatton Garden
For the attention of: Mr Shaun McDonald, procurement officer
L3 2AJ Liverpool
UNITED KINGDOM
Telephone: +44 1519046495
E-mail: s.p.mcdonald@ljmu.ac.uk
Internet address(es):
General address of the contracting authority: www.ljmu.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
Body governed by public law
I.3)Main activity
Education
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: no
Section II: Object of the contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Server hardware and consultancy.
II.1.2)Type of contract and location of works, place of delivery or of performance
Supplies
Purchase
Main site or location of works, place of delivery or of performance: Liverpool John Moores University.
NUTS code UKD52
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves a public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)
Planning and information (PLN) run the centralised computer network on behalf of LJMU. PLN supports all aspects of LJMU computing for staff and students including personal file stores, email, finance system, student records system, etc.
Servers are split across 5 within a 10-mile radius of Liverpool city centre. The existing server infrastructure is based on HP hardware. There are approximately 230 physical servers (blade and non-blade), 2 EVA SANs and 2 tape libraries currently being utilized. The servers predominantly run Microsoft operating systems, however, a number of mission critical servers run Oracle on Red Hat Linux.
This contract covers the supply of hardware and associated consultancy services, commencing 1.6.2012. There is a reasonable expectation that expenditure on the contract will be in the region of 200 000 GBP per annum.
The hardware supplied will typically be ProLiant servers and ancillary equipmen or products with equivalent performance. The consultancy required will typically be based around the existing HP hardware installation and subsequent upgrades and support e.g. EVA continuous access installation. There may also be a requirement for other forms of consultancy e.g. Red Hat and Oracle.
II.1.6)Common procurement vocabulary (CPV)
II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): no
II.1.8)Lots
This contract is divided into lots: no
II.1.9)Information about variants
Variants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
Hardware and associated consultancy to be provided as requested by Liverpool John Moores University (LJMU) upon recepit of official purchase ordeer of LJMU, during a 4 year contract period.
Estimated value excluding VAT: 800 000,00 GBP
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
This contract is subject to renewal: yes
II.3)Duration of the contract or time limit for completion
Starting 1.6.2012. Completion 31.5.2016
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
None.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Payment terms are 30 days from date of a correctly issued invoice for the Hardware and associated Consultancy provided against each individual LJMU official purchase order.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Joint and several liability.
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: no
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: Proof of relevant recent experience and capacity with similar clients durin the last 3 years.
Evidence of the appropriate technical knowledge and accreditaions to support the hardware and consultancy solutions offered to LJMU.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: Published accounts for the last 3 audited financial years.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
Proof of the potential supplier’s technical capability, pre-sales support, post-sales support and added value services, as identified in the tender documents.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1)Type of procedure
IV.1.1)Type of procedure
Open
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated below
1. Price. Weighting 14
2. Accreditations held. Weighting 14
3. Technical staff experience. Weighting 14
4. Pre sales and post sales services. Weighting 14
5. Reference sites. Weighting 14
6. Value added services provided. Weighting 14
7. Proof of capacity. Weighting 14
IV.2.2)Information about electronic auction
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
LJMU 12/08 – Server Hardware and Consultancy
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Time limit for receipt of requests for documents or for accessing documents: 4.5.2012 – 12:00
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
14.5.2012 – 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
in days: 90 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening tenders
Date: 14.5.2012 – 12:00
Persons authorised to be present at the opening of tenders: yes
Additional information about authorised persons and opening procedure: Procurement team and PLN staff from LJMU.
VI.1)Information about recurrence
This is a recurrent procurement: yes
Estimated timing for further notices to be published: 4 years
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.4.3)Service from which information about the lodging of appeals may be obtained