Tender for ICT Networking and Storage Solutions
Crescent Purchasing Consortium ICT Networking and Storage Solutions Framework.
United Kingdom-Salford: Computer-related equipment
2020/S 228-562992
Contract notice
Supplies
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Postal address: Procurement House, Leslie Hough Way
Town: Salford
NUTS code: UKD3 Greater Manchester
Postal code: M6 6AJ
Country: United Kingdom
E-mail: j.edwards@thecpc.ac.uk
Telephone: +44 1618231860
Internet address(es):
Main address: www.thecpc.ac.uk
Address of the buyer profile: www.thecpc.ac.uk
I.1)Name and addresses
Postal address: Procurement House
Town: Salford
NUTS code: UK UNITED KINGDOM
Postal code: M6 6AJ
Country: United Kingdom
E-mail: j.edwards@thecpc.ac.uk
Internet address(es):
Main address: www.thecpc.ac.uk
Address of the buyer profile: www.thecpc.ac.uk
I.2)Information about joint procurement
I.3)Communication
Postal address: Procurement House, Leslie Hough Way
Town: Salford
NUTS code: UKD3 Greater Manchester
Postal code: M6 6AJ
Country: United Kingdom
E-mail: j.edwards@thecpc.ac.uk
Telephone: +44 1618231860
Internet address(es):
Main address: www.thecpc.ac.uk
Address of the buyer profile: www.thecpc.ac.uk
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
ICT Networking and Storage Solutions
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
The CPC is seeking to establish a multi-provider framework agreement on behalf of CPC members for ICT networking and storage solutions to cover supplies and services.
The framework will be split into three lots:
Lot 1: On Premise Solutions;
Lot 2: Cloud and Hybrid Cloud Solutions;
Lot 3: Consultancy Services.
CPC members are distributed across the UK, details for which can be found below by regional split:
www.thecpc.ac.uk/members/regions.php A list of members within a region, can then be viewed by clicking on each region name. The framework is also open to future members of the CPC and they will be from the education sector, with details available here: www.get-information-schools.service.gov.uk/
Local authorities including EANI (Education Authority Northern Ireland) may also wish to use the resulting framework when procuring on behalf of educational establishments. www.local.gov.uk and www.eani.org.uk
The framework will also be open to the wider public sector. See VI.3).
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.1)Title:
Lot 1: On Premise Solutions
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
UK.
II.2.4)Description of the procurement:
Lot 1 provides for IT infrastructure solutions that are entirely delivered on-premise and includes but is not limited to the following technologies.
• Network hardware, including switches, routers, wireless access points, wireless network controllers, structured cabling and equipment accommodation that is external to a data centre. These may be delivered as core, distribution or access solutions or any combination of such.
• Network security solutions which includes both hardware and software designed to secure any part of the IT infrastructure, for example firewalls, web monitoring, email security and endpoint protection.
• Storage hardware which may include both network attached storage devices and storage area network solutions. This also includes storage controllers, of the type that allows software defined access to and aggregation of existing diverse storage hardware.
• Server hardware composed of such hardware as is specifically designed to deliver compute capacity for both physical server deployments and hosting of virtual servers. This may also include directly attached storage.
• Backup, archiving and data protection systems. This may include disk or tape backup, directly attached or network attached and includes data loss prevention solutions.
• Data Centre furniture, power systems and air conditioning systems. This includes server and communications accommodation including racks and shelving, mains power delivery systems, uninterruptible power systems, structured cabling, air conditioning and cooling systems.
• Monitoring systems including both premises and infrastructure monitoring and reporting systems.
All the above must be delivered on-premise in a way appropriate to specific requirements. This may be by way of 3 tier, converged or hyper-converged solutions that will inevitably deliver a mix of the above technologies in a single solution.
This lot includes supply only and the supply and delivery of physical equipment and associated software licensing, installation of solutions and any support and maintenance contracts as well as strategic technology partnerships. A strategic partnership is the creation of a collaborative agreement between a supplier and a customer for a pre-defined period of time to deliver technology programmes that are complex or wide reaching, where involving many suppliers over a period of time may produce inconsistencies in both quality and interoperability of technology solutions.
Furthermore, where required by members the scope includes refurbished equipment, re-manufactured equipment, and bespoke equipment.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
48 month(s) from the commencement date, with 24 initial month(s) and option to extend 2 x 12 month(s).
II.2.13)Information about European Union funds
II.2.1)Title:
Lot 2: Cloud and Hybrid Cloud Solutions
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
UK.
II.2.4)Description of the procurement:
Lot 2 provides for IT Infrastructure solutions that are either entirely cloud based or are a hybrid cloud solution comprising both on-premise and cloud components. Solutions may include but are not limited to the following technologies.
• Network solutions that include cloud components that may or may not be combined with on-premise hardware. Examples may include on-premise wireless solutions with cloud-based controllers or software defined network controllers for virtual WAN deployments.
• Network security solutions. These may include cloud-based security for cloud infrastructure deployments or hybrid solutions that have a much wider scope and can include such services as:
— identity and access management,
— data loss prevention,
— web security,
— intrusion management,
— mobile device management,
— email security,
— encryption,
— managed security services.
• Server solutions that are defined as delivering compute capacity either entirely or partly by cloud services. This includes virtualisation of servers and application delivery platforms allowing flexibility in solution design by defining the technology as compute rather than restricting to only specific server deployments.
• Storage solutions that are entirely cloud based or that integrate or interact with an on-premise storage deployment. This may be for storage of data, synchronisation services or may form part of a backup and archiving solution.
• Backup, archiving and data protection systems that are entirely or partly cloud-based and may include the provision of storage specific to the solution.
• Monitoring and reporting systems that are entirely or partly cloud based. This may include monitoring availability, capacity, performance and intrusion. This includes both premises monitoring and IT infrastructure monitoring and reporting.
This lot is to be used where any component of the solution is cloud based and where such components may integrate or interact with on-premise components.
This lot includes supply only and supply and delivery of physical equipment and associated software licensing, installation of the solution and any support and maintenance contracts as well as strategic technology partnerships. A strategic partnership is the creation of a collaborative agreement between a supplier and a customer for a pre-defined period of time to deliver technology programmes that are complex or wide reaching, where involving many suppliers over a period of time may produce inconsistencies in both quality and interoperability of technology solutions.
Furthermore, where required by members the scope includes refurbished equipment, re-manufactured equipment, and bespoke equipment.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
48 month(s) from the commencement date, with 24 initial month(s) and option to extend 2 x 12 month(s).
II.2.13)Information about European Union funds
II.2.1)Title:
Lot 3: Consultancy Services
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
UK.
II.2.4)Description of the procurement:
Lot 3: Consultancy services
Lot 3 is specifically for consultancy and design services where a solution is yet to be defined. The purpose of the consultancy services lot is to scope and determine a solution to members/contracting authorities’ requirements which may fit into either of lot 1 or lot 2.
This may also include strategic planning, financial viability and technology road maps.
This may lead to a separate exercise under lots 1 or 2.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
48 month(s) from the commencement date, with 24 initial month(s) and option to extend 2 x 12 month(s).
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.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.1)Previous publication concerning this procedure
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
Section VI: Complementary information
VI.1)Information about recurrence
VI.3)Additional information:
Wider Public Sector
At some point during the life of the framework agreement the current members of the following public sector organisations may wish to utilise the agreement and should have access at any point with the express permission of CPL Group through its group company Tenet Procurement Services which operates in the wider public sector. This agreement is not intended to replace any current agreements that either participating or non-participating Institutions may already have in place.
Central Government Departments, Local Government and Public Corporations that can be accessed at the Public Sector Classification Guide
https://www.gov.uk/government/organisations
Local Authorities
https://www.gov.uk/find-local-council
NDPBs
https://www.gov.uk/government/organisations
National Parks Authorities
https://www.nationalparks.uk/about-us
Police Forces in the United Kingdom
https://www.police-information.co.uk/index.html
Fire and Rescue Services in the United Kingdom
https://www.nationalfirechiefs.org.uk/Fire-and-Rescue-Services
NHS Bodies England
https://www.nhs.uk/servicedirectories/pages/nhstrustlisting.aspx
Hospices in the UK
https://www.hospiceuk.org/about-hospice-care/find-a-hospice
Registered Social Landlords (Housing Associations) Third Sector and Charities in the United Kingdom https://www.gov.uk/government/organisations/charity-commission
Citizens Advice in the United Kingdom
http://www.citizensadvice.org.uk/index/getadvice.htm
Scottish Government
Scottish Parliament
http://www.parliament.scot/about-the-parliament.aspx
Scottish Local Authorities
https://www.gov.scot/Topics/Government/public-bodies
https://www.mygov.scot/organisations/
Scottish Agencies, NDPBs
https://www.gov.scot/Topics/Government/public-bodies/about/Bodies
Scottish NHS Bodies
https://www.scot.nhs.uk/organisations
https://www.gov.scot/Topics/Health/NHS-Workforce/NHS-Boards
Scottish Police
Scottish Housing Associations
https://www.sfha.co.uk/our-members/directory
The Scotland Office
Registered Social Landlords (Housing Associations) — Scotland
https://www.scottishhousingregulator.gov.uk/find-and-compare-landlords
Scottish Schools – Primary Schools
https://beta.gov.scot/policies/schools/
Secondary Schools
https://beta.gov.scot/policies/schools/
Special Schools
https://education.gov.scot/parentzone/additional-support
Welsh Public Bodies National Assembly for Wales, Welsh Assembly Government and Welsh Local Authorities, and all bodies covered by:
https://gov.wales/about/civilservice/?lang=en
Welsh Government Sponsored Bodies
NHS Wales
http://www.wales.nhs.uk/ourservices/directory
Housing Associations — registered Social Landlords Wales
https://gov.wales/registered-social-landlords
Social Care Wales
NI Public Bodies Northern Ireland Government Departments https://www.northernireland.gov.uk/topics/Your-executive/government-departments
https://www.nidirect.gov.uk/contacts/government-departments-in-northern-ireland
Northern Ireland Public Sector Bodies and Local Authorities
https://www.finance-ni.gov.uk/articles/list-public-bodies-which-ni-public-procurement-policy-applies
Schools and Universities in Northern Ireland
https://www.education-ni.gov.uk/
Health and Social care in Northern Ireland
Northern Ireland Housing Associations
https://www.nidirect.gov.uk/contacts/housing-associations
Police Service of Northern Ireland
VI.4.1)Review body
Postal address: Procurement House, Leslie Hough Way
Town: Salford
Postal code: M6 6AJ
Country: United Kingdom
E-mail: contracting@thecpc.ac.uk
Telephone: +44 8000662188
Internet address: www.thecpc.ac.uk
VI.4.2)Body responsible for mediation procedures
Postal address: Procurement House
Town: Salford
Postal code: M6 6AJ
Country: United Kingdom
Telephone: +44 1618231860
VI.4.3)Review procedure
The contracting authority will incorporate a minimum of a 10 calendar day standstill period at the point that information on the award of contract is communicated to tenderers. If an appeal regarding the award of contract has not been successfully resolved then the Public Contract Regulations 2015, provide for aggrieved parties who have been harmed or are at risk of harm, by breach of the rules to take action in the High Court. Any such action must be brought promptly.
VI.4.4)Service from which information about the review procedure may be obtained
Postal address: Procurement House, Leslie Hough Way
Town: Salford
Postal code: M6 6AJ
Country: United Kingdom
E-mail: contracting@thecpc.ac.uk
Telephone: +44 8000662188
Internet address: www.thecpc.ac.uk
VI.5)Date of dispatch of this notice: