By browsing our site you agree to our use of cookies. You will only see this message once. Find out more

Provision of Solaris and Linux Managed Service and Oracle Hardware Maintenance 297/JWS

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

I.1)Name, addresses and contact point(s)

University of Surrey
Senate House
Contact point(s): https://in-tendhost.co.uk/universityofsurrey/aspx/Home
For the attention of: www.surrey.ac.uk
GU2 7XH Guildford
UNITED KINGDOM

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
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:
Provision of Solaris and Linux Managed Service and Oracle Hardware Maintenance 297/JWS
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 7: Computer and related services

NUTS code UKJ23

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)
University of Surrey Managed Service for Linux and Solaris operating systems and Oracle Hardware
The University of Surrey intends to enter into a support agreement with a Supplier to provide a Managed Service to support its Linux and Solaris operating systems and the physical Oracle/SUN hardware on which Solaris runs.
It is expected that the chosen Supplier will take a pro-active role in the management and support of the servers within an acceptable service level agreement.
Solaris
The University is looking for a Supplier to provide full Solaris operating system administration on physical hardware and containers including a range of tools, utilities and layered components such as web servers, volume managers and monitoring agents. The commissioning of new servers and re-commissioning or decommissioning of existing servers is included. Management and optimisation of device drivers supporting SAN storage, backup and other peripheral equipment is required. The Supplier will provide an active threshold monitoring service to identify and assist with the resolution of faults, performance and capacity issues and general service degradation. If an issue is deemed attributable to equipment or software not covered by the contract, the Supplier will endeavour to assist the University and/or her agents in the discovery of a resolution.
Oracle Hardware Managed Service including Break Fix
The University is looking for a hardware break fix service provider to work alongside the Solaris Management Supplier for the Hardware Maintenance of its Oracle/SUN Servers. The chosen Service Provider will be required to maintain physical hardware in a fully working condition. An equipment schedule will be provided.
Linux
The University is looking for a Supplier to provide full Linux operating system administration on physical and virtualised (VMware) hardware including a range of tools, utilities and layered components such as web servers, volume managers and monitoring agents. The commissioning of new servers and re-commissioning or decommissioning of existing servers is included. Management and optimisation of device drivers supporting SAN storage, backup and other peripheral equipment is required. The Supplier will provide an active threshold monitoring service to identify and assist with the resolution of faults, performance and capacity issues and general service degradation. If an issue is deemed attributable to equipment or software not covered by the contract, the Supplier will endeavour to assist the University and/or her agents in the discovery of a resolution. The preferred and dominant distribution is Red Hat Enterprise although other variants exist.
II.1.6)Common procurement vocabulary (CPV)

72510000, 72220000, 72611000

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:
II.2.2)Information about options
Options: yes
Description of these options: The contract is intended for run for a duration of 2 years. However the University reserves the option to extend for up to a further 1 year.
II.2.3)Information about renewals
This contract is subject to renewal: yes
II.3)Duration of the contract or time limit for completion
Duration in months: 36 (from the award of the contract)

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
As per pre-Qualification Questionnaire (PQQ)
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
As per PQQ
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
As per PQQ
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: As per PQQ and tender documentation
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: As per PQQ
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: As per PQQ
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
As per PQQ
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
Execution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the service
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
Restricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Envisaged minimum number 5: and maximum number 6
Objective criteria for choosing the limited number of candidates: As per PQQ
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 in the specifications, in the invitation to tender or to negotiate or in the descriptive document
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:
297/JWS
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: 12.4.2013 - 17:30
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
12.4.2013 - 17:30
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
IV.3.8)Conditions for opening of tenders

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information

In order to obtain the PQQ, participants must register on the University"s eTendering portal, In-Tend: https://in-tendhost.co.uk/universityofsurrey/aspx/Home

VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
1.3.2013