W/03/12 ICT Virtualisation and Storage Infrastructure.

Contract notice

Supplies

Directive 2004/18/EC

Section I: Contracting authority

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

South London & Maudsley NHS Foundation Trust
Royal Bethlem Hospital, Monks Orchard Road, Kent
Contact point(s): Omobola Sotomi
For the attention of: Omobola Sotomi
BR3 3BX Beckenham
UNITED KINGDOM
Telephone: +44 20332284600
E-mail:
Fax: +44 2032284247

Internet address(es):

General address of the contracting authority: www.slam.nhs.uk

Address of the buyer profile: https://www.delta-esourcing.com/delta: Access Code: ZJ2REQ52VG

Electronic access to information: https://www.delta-esourcing.com/delta

Electronic submission of tenders and requests to participate: https://www.delta-esourcing.com/delta: Access Code: ZJ2REQ52VG

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
Health
I.4)Contract award on behalf of other contracting authorities

The contracting authority is purchasing on behalf of other contracting authorities: yes

Kings College London
The Strand,
WC2R 2LS London
UNITED KINGDOM

Kings College Hospital NHS Foundation Trust
Denmark Hill,
SE5 9RS London
UNITED KINGDOM

Guys and St Thomas NHS Foundation Trust
Westminster Bridge Road, London
SE1 7EH London
UNITED KINGDOM

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
W/03/12 ICT Virtualisation and Storage Infrastructure.
II.1.2)Type of contract and location of works, place of delivery or of performance
Supplies
Purchase

NUTS code UKJ4

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)
Software package and information systems. Computer back-up and catalogue conversion services. Servers. Computer-related services. In order to deliver a stable and reliable ICT service into the future, the Trust is in the process of replacing its legacy servers and file storage systems with new equipment and a new purpose built virtualised cloud infrastructure. The requirement is for:
- part one -SAN,
- part two -Scale out NAS, and
- part three Backup.
The contract is mainly for the supply of goods but contains an element of professional/ support services.

This contract is initially for use by South London and Maudsley NHS Foundation Trust (SLaM or the Trust) and the only guaranteed volume is for SLaM. However, SLaM is part of the King's Health Partners - which includes King's College London; King's College Hospital NHS Foundation Trust; and Guy's & St Thomas' NHS Foundation Trust. Any of the King’s Health Partners may wish to appoint the chosen provider of this tender process during the contract period of 3 years. Please visit www.kingshealthpartners.org for more information about the Partnership.

II.1.6)Common procurement vocabulary (CPV)

48000000, 72900000, 48820000, 72500000

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
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:
In order to deliver a stable and reliable ICT service into the future, it is proposed that the Trust replaces its remaining legacy servers and file storage systems with a new purpose built virtualised cloud infrastructure that will significantly enhance the Trust’s abilities to continue to use the older systems for a significantly longer period.
Requirements:
- part one SAN,
- part two Scale out NAS, and
- part three Backup.
The Trust is looking to award the contract to a single contractor.
Estimated value excluding VAT: 1 000 000 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
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 detailed in the Invitation to Tender.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
As detailed in the Invitation to Tender.
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: yes
Description of particular conditions: SLAM supplies service utilises the NHS supplier information database (Sid4Health) to manage and assess general Supplier information in the form of a profile. Candidates are requested to provide their profile on the Sid4Health as follows:

a) candidates should register on Sid4health at http://www.sid4health.nhs.uk by clicking on the register organisation tab and select the supplier button. To continue with the registration process Suppliers must have a current DUNS Number. If a supplier does not have a DUNS number there is a link to the D&B; UK website to request a DUNS supplier number. Suppliers who already have a published profile on Sid4Health must confirm that information is up to date;

b) candidates should ensure all relevant sections of their NHS Sid4Health profile are completed to demonstrate their ability to meet the short listing criteria applicable to this contract. Where access to NHS Sid4Health is unavailable, please contact NHS Sid4Health helpdesk at .

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: The Authority will apply all the offences listed in Article 45(1) of Directive 2004/18/EC (implemented as Regulation 23(1) of the Public Contract Regulations (PCR) 2006 in the UK) and all of the professional misconducts listed at Article 45(2) of Directive 2004/18/EC (see also Regulation 23(2) in the PCR 2006) to the decision of whether a Candidate is eligible to be invited to tender.

A full list of the Regulation 23(1) and 23(2) criteria are at http://www.delta-esourcing.com/delta/project/reasonsForExclusion.html#pcr.

Candidates will be required to answer these questions as part of the qualification process. For candidates who are registered overseas, you will need to declare if you have any offences/misconduct under your own countries laws, where these laws are equivalent to the Regulation 23 lists.
Candidates who have been convicted of any of the offences under Article 45(1) are ineligible and will not be selected to bid, unless there are overriding requirements in the general interest for doing so.
Candidates who are guilty of any of the offences, circumstances or misconduct under Article 45(2) may be excluded from being selected to bid at the discretion of the Authority.
As detailed in the Tender documents.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: (a) Appropriate statements from banks or, where appropriate, evidence of relevant professional risk indemnity insurance.
(b) The presentation of balance-sheets or extracts from the balance-sheets, where publication of the balance-sheet is required under the law of the country in which the economic operator is established.
(c) A statement of the undertaking's overall turnover and, where appropriate, of turnover in the area covered by the contract for a maximum of the last 3 financial years available, depending on the date on which the undertaking was set up or the economic operator started trading, as far as the information on these turnovers is available.
As detailed in the Tender documents.
Minimum level(s) of standards possibly required: As detailed in the Tender documents.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
(b) a list of the principal deliveries effected or the main services provided in the past 3 years, with the sums, dates and recipients, whether public or private, involved. Evidence of delivery and services provided shall be given:
- where the recipient was a contracting authority, in the form of certificates issued or countersigned by the competent authority,
- where the recipient was a private purchaser, by the purchaser's certification or, failing this, simply by a declaration by the economic operator.
(j) An indication of the proportion of the contract which the services provider intends possibly to subcontract.
As detailed in the Tender documents.
Minimum level(s) of standards possibly required:
As detailed 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 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:
W/03/12
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: 16.4.2012 - 16:00
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
16.4.2012 - 17:00
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
Persons authorised to be present at the opening of tenders: no

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
- The Contracting Authority reserves the right to cancel the procurement and not to proceed with the contract,
- The Contracting Authority also reserves the right to award a contract for parts or part of the services only,
- The Contracting Authority will not, under any circumstances, reimburse any expense incurred by bidders in preparing their SQ or tender submissions,

- Suppliers must read through this set of instructions and follow the process to respond to this opportunity. The information and/or documents for this opportunity are available on https://www.delta-esourcing.com/delta. You must register on this site to respond, if you are already registered you will not need to register again, simply use your existing username and password. Please note there is a password reminder link on the homepage. Suppliers must log in, go to your Response Manager and add the following Access Code: ZJ2REQ52VG. Please ensure you follow any instruction provided to you here. Please ensure that you allow yourself plenty of time when responding to this invite prior to the closing date and time, especially if you have been asked to upload documents. If you experience any technical difficulties please contact the Delta eSourcing Helpdesk on call 845 2707050 or email . GO Reference: GO-2012229-PRO-3747153.

VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures

South London and Maudsley NHS Foundation Trust
Royal Bethlem Hospital,, Monks Orchard Road,
BR3 3BX Kent,,
UNITED KINGDOM
Telephone: +44 2032284471
Internet address: www.slam.nhs.uk

Body responsible for mediation procedures

South London and Maudsley NHS Foundation Trust
BR3 3BX
UNITED KINGDOM

VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: SLaM will incorporate a minimum 10 calendar days standstill period at the point information on the decision to award the contract is communicated to tenderers. This decision notice will incorporate the award criteria, the reasons for the decision, the reasons (if any) why a tenderer did not meet any technical specification, the identity of the successful tenderer(s) and a precise statement of when the standstill period is expected to end. Any appeal or challenge against the award decision must be communicated to the address stated in Section I.1 within the standstill period. If an appeal or challenge regarding the decision to award the contract has not been successfully resolved the Public Contracts Regulations 2006 (as amended) provide for aggrieved parties who have suffered harm or are at risk of harm by a breach of the procurement rules to take action in the High Court (England Wales and Northern Ireland). Any such action must be brought promptly (generally within 3 months) (NB this time limit may be reduced to 30 days in circumstances where the contract award has been publicised to all participants in accordance with the Regulations). Where a legal challenge is launched against the award decision SLaM is obliged to suspend the making of the contract. Where a challenge is made after the contract has been entered into then that contract could be declared ineffective and/or shortened and/or a fine imposed by the court, but only where the courts are satisfied that there has been a serious breach of the procurement rules.
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
29.2.2012

Other interesting websites