Software Defined Storage Tender
The Open University requires a Software Defined Storage (SDS) solution.
United Kingdom-Milton Keynes: Storage management software package
2019/S 214-525049
Contract notice
Supplies
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Postal address: Walton Hall
Town: Milton Keynes
NUTS code: UKJ12
Postal code: MK7 6BP
Country: United Kingdom
Contact person: Procurement Manager
E-mail: finance-tenders@open.ac.uk
Address of the buyer profile: https://in-tendhost.co.uk/openuniversity/
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Software Defined Storage
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
The Open University (OU) requires a Software Defined Storage (SDS) solution that utilises commodity x86 architecture servers to provide block storage to hosts using the iSCSI protocol. We require the SDS solution to be able to utilise our existing storage servers to protect our investment in this infrastructure. The contract is for an initial period of 5 years and may be extended by the OU for further periods up to a maximum of 2 years (7 year in total) at its discretion.
It is expected that the 2 top scoring bidders will be selected to participate in a proof of concept exercise in January 2020 as part of the tender evaluation process.
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 Open University (OU) requires a Software Defined Storage (SDS) solution that utilises commodity x86 architecture servers to provide block storage to hosts using the iSCSI protocol. We require the SDS solution to be able to utilise our existing storage servers to protect our investment in this infrastructure. The contract is for an initial period of 5 years and may be extended by the OU for further periods up to a maximum of 2 years (7 year in total) at its discretion.
It is expected that the 2 top scoring bidders will be selected to participate in a proof of concept as part of the tender evaluation process. Details are included in the ITT and tender pack. The OU may also purchase implementation and/or consultancy services in relation to the software as part of this contract at it’s discretion.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The contract is for an initial period of 5 years and may be extended by the OU for further periods up to a maximum of 2 years (7 years total) at the OU’s discretion.
II.2.10)Information about variants
II.2.11)Information about options
The contract is for an initial period of 5 years and may be extended by the OU for further periods up to a maximum of 2 years (7 years total) at the OU’s discretion.
License volumes may vary up or down over the term of the contract and additional modules offered or introduced by the supplier in the future may be purchased as part of this contract following the initial implementation. Any additional purchases relating to this solution will be made with the successful supplier under this contract to ensure technical compatibility, consistency and continuation of supplier support. There is no restriction on the spend value of additional purchases as this will be governed by the OU’s available budget. Any other options are as set out in the ITT.
II.2.13)Information about European Union funds
Section III: Legal, economic, financial and technical information
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
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.2.6)Minimum time frame during which the tenderer must maintain the tender
IV.2.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about electronic workflows
VI.4.1)Review body
Postal address: Walton Hall
Town: Milton Keynes
Postal code: MK7 6AA
Country: United Kingdom
VI.4.2)Body responsible for mediation procedures
Postal address: Walton Hall
Town: Milton Keynes
Postal code: MK7 6AA
Country: United Kingdom
VI.4.4)Service from which information about the review procedure may be obtained
Postal address: Walton Hall
Town: Milton Keynes
Postal code: MK7 6AA
Country: United Kingdom
VI.5)Date of dispatch of this notice: