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

Telemetry Server Support and Maintenance.

Contract notice - utilities

Services

Directive 2004/17/EC

Section I: Contracting entity

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

Anglian Water Services
Supply Chain Management, Thorpe Wood House, Thorpe Wood
For the attention of: Dawnette Gayle
PE3 6WT Peterborough
UNITED KINGDOM
Telephone: +44 7802856917
E-mail: [email protected]

Internet address(es):

General address of the contracting entity: www.anglianwater.co.uk

Further information can be obtained from: The above mentioned contact point(s)

Specifications and additional documents (including documents for 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)Main activity
Water
I.3)Contract award on behalf of other contracting entities
The contracting entity is purchasing on behalf of other contracting entities: no

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting entity:
Telemetry Server Support and Maintenance.
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
Main site or location of works, place of delivery or of performance: Across the Anglian Water Region.

NUTS code UKH

II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves the establishment of a framework agreement
II.1.4)Information on framework agreement
Framework agreement with a single operator

Duration of the framework agreement

Duration in years: 5

Estimated total value of purchases for the entire duration of the framework agreement

Estimated value excluding VAT: 1 300 000 GBP
II.1.5)Short description of the contract or purchase(s):
The provision of Telemetry Support and Maintenance.
Covering the Managed Services and Support for IT Infrastructure within Telemetry; including hardware and software support for IRIS.
II.1.6)Common procurement vocabulary (CPV)

32441000, 50312600, 72261000

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): no
II.1.8)Information about 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:
The Scope of the tender is to supply a number of IT Support Services for the Anglian Water Telemetry servers and domain.
This consists of a Virtual Hosting environment, across two primary datacentres, as well as a number of additional physical servers, desktop and laptop PCs.
Specifically, the requirement is to provide the following services:
- Supply, Support and Maintenance for Telemetry server and storage hardware for the virtual hosting infrastructure and for core infrastructure services. Which includes some Server installation and maintenance work will take place at AW sites (Lincoln and Grafham),
- the installation of server frames and/or servers on AW sites will include installation of server racks at Lincoln and Grafham sites along with server hardware within those racks.
- the work includes running data cables within racks, or between adjacent racks within a server room, but no major cabling infrastructure work, such as running cables within floor/wall voids, etc.,
- connection of server equipment to socketed electrical outlets, but no installation of electrical circuits or sockets. Whilst working in roof spaces/at height is not required,
- support the server environment across 2 datacentres for Disaster Recovery purposes,
- support for Virtual infrastructure software (currently VMWare),
- support for distributed backup Hardware and Software across 2 datacentres (utilizing Veeam and HP StoreOnce technology),
- helpdesk, including out of hours support, for hardware and supported infrastructure software,
- spares kept on-site at the datacentres, and off-site for rapid replacement in the event of critical hardware failure.
Hardware replacement may sometimes be carried out by the suppliers engineers at AW sites.
- Remote monitoring of Servers, including predictive failure of hardware components.
- Patching and maintenance of core server systems.
- Advise on capacity management, performance improvements or additional requirements based on planned additions to the infrastructure.
- Hardware support for monitoring and control PCs at remote sites, critical for Telemetry solutions, including replacement in the event of failure.
Hardware replacement for Control Room PCs may be carried out by the successful bidders' engineers from time to time.
- Managed Service and Project work, covering Infrastructure upgrades and expansion or reconfiguration. This covers additional project work not covered in the above list, such as planning and deploying major software upgrades, or reorganizing hardware within racks at the datacentres.
The server environment operates within a single Active Directory forest, and utilises Microsoft Windows Server operating systems.
Estimated value excluding VAT: 134 500 000 GBP
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
This contract is subject to renewal: no
II.3)Duration of the contract or time limit for completion
Duration in months: 60 (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:
None.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
This will be detailed in the main Tender Document.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
N/a.
III.1.4)Other particular conditions:
The performance of the contract is subject to particular conditions: yes
Description of particular conditions:
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: Anglian Water may require copies of audited accounts as part of the evaluation process.
In addition to this, Anglian Water may seek further information over the duration of the contract period, (either directly from the supplier or via an externally recognized economic and financial information provider i.e. Dunn   Bradstreet) as to the supplier on going economic and financial capacity post award.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met: The appointed supplier will be expected to provide evidence of the following:
Certification / approval to offer support services via the manufacturers of the named Hardware and Software that will be detailed within the full tender documentation. These being predominantly VMWare   Veeam software and HP Servers   Storage solutions.
In addition thorough experience of Microsoft Windows Server, Active Directory and Fibre Channel SAN technologies are key requirements.
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
Negotiated
Some candidates have already been selected (if appropriate under certain types of negotiated procedures): no
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications or in the invitation to tender or to negotiate
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 entity:
PA 2015-0042
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents
Time limit for receipt of requests for documents or for accessing documents: 31.7.2015 - 12:00
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
31.7.2015 - 12:00
IV.3.5)Language(s) in which tenders or requests to participate may be drawn up
IV.3.6)Minimum time frame during which the tenderer must maintain the tender
IV.3.7)Conditions for opening of tenders
Persons authorised to be present at the opening of tenders: yes
Authorised Anglian Water employees.

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:
Applicants responding to this notice must answer the following questions and provide the required details as part of their expression of interest.
Each question response should be no more than one side of A4 in Aerial Font size 11 with a 500 word limit:
1. please provide contact details for future tendering process; name, address, email, telephone number;
2. please provide your organisation's turnover figures for the last 3 years;
3. has your organisation held and performed under a contract of a similar scope in the last 5 years? Yes/No (if Yes please provide a brief explanation);
4. has your organisation had a contract of a similar scope terminated for Poor Performance in the last 5 years? Yes/No (if Yes please provide a brief explanation);
5. please provide details of your organisation's necessary experience in the support and maintenance of Telemetry Systems;
6. please provide details of your organisation's understanding and experience of the regulatory framework of the water industry;
7. please clearly state how many similar roles your organisation currently holds or are applying for.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures

Anglian Water Services
Thorpe Wood House, Thorpe Wood
PE3 6WT Peterborough
UNITED KINGDOM
Internet address: www.angliawater.co.uk

Body responsible for mediation procedures

Anglian Water
Thorpe Wood House, Thorpe Wood
PE3 6WT Peterborough
UNITED KINGDOM
Internet address: www.angliawater.co.uk

VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained

Anglian Water
Thorpe Wood House, Thorpe Wood
PE3 6WT Peterborough
UNITED KINGDOM

VI.5)Date of dispatch of this notice:
30.6.2015