Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)University of Birmingham
Edgbaston
Contact point(s): https://in-tendhost.co.uk/universityofbirmingham
For the attention of: K. Stanwell
B15 TT Birmingham
UNITED KINGDOM
Telephone: +44 4142890
E-mail:
Fax: +44 1214143459
Further information can be obtained from: University of Birmingham
Edgbaston
Contact point(s): https://in-tendhost.co.uk/universityofbirmingham
For the attention of: K. Stanwell
B15 TT Birmingham
UNITED KINGDOM
Telephone: +44 4142890
E-mail:
Fax: +44 1214143459
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: University of Birmingham
Edgbaston
Contact point(s): https://in-tendhost.co.uk/universityofbirmingham
For the attention of: K. Stanwell
B15 TT Birmingham
UNITED KINGDOM
Telephone: +44 4142890
E-mail:
Fax: +44 1214143459
Tenders or requests to participate must be sent to: University of Birmingham
Edgbaston
Contact point(s): https://in-tendhost.co.uk/universityofbirmingham
For the attention of: K. Stanwell
B15 TT Birmingham
UNITED KINGDOM
Telephone: +44 4142890
E-mail:
Fax: +44 1214143459
I.2)Type of the contracting authorityBody governed by public law
I.3)Main activityEducation
I.4)Contract award on behalf of other contracting authoritiesThe 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:
The Provision of Compute Solutions V3.
II.1.2)Type of contract and location of works, place of delivery or of performanceSupplies
Purchase
Main site or location of works, place of delivery or of performance: Birmingham UK.
NUTS code UKG31
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 agreementFramework agreement with a single operator
Duration of the framework agreement
Duration in years: 4
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT: 2 000 000 GBP
II.1.5)Short description of the contract or purchase(s)
Provision of Compute Solutions for the University of Birmingham.
The University of Birmingham is seeking to establish a framework Agreement to meet the IT Services department's compute related requirements. This may n the future be extended to cover the requirements of their departments within the University. The framework will cover Unix/Linux, Windows and VMware Servers, Converged Infrastructure, associated peripherals and associated software.
It does not cover desktop computers, storage (except in relation to any converged infrastructure requirements) or high performance computing clusters.
The University reserves the right to purchase from other suppliers where deemed necessary by a particular project.
The framework will be with the Hardware Manufacturer. The manufacturer may nominate a premier reseller to manage the day-to-day relationship. Full details of both the manufacturer and the reseller's qualifications which demonstrate their ability to fulfil the requirements must be submitted. The relationship between the manufacturer and the reseller, and the services each is able to offer, must be clearly demonstrated within your response.
The term manufacturer is used throughout this document. In responding the hardware manufacturer must demonstrate an ability to meet the criteria, either directly or where agreed with the University through the premier reseller. Where the experience and services of a reseller are being called upon this must be made clear.
II.1.6)Common procurement vocabulary (CPV) II.1.7)Information about Government Procurement Agreement (GPA)The contract is covered by the Government Procurement Agreement (GPA): no
II.1.8)LotsThis contract is divided into lots: no
II.1.9)Information about variantsVariants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:Estimated value excluding VAT: 200 000 GBP
II.2.2)Information about options
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion Starting 21.3.2016. Completion 20.3.2020
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
As per tender documentation.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
As per tender documentation.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
As per tender documentation.
III.1.4)Other particular conditions
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registersInformation and formalities necessary for evaluating if the requirements are met: As per tender documentation.
III.2.2)Economic and financial abilityInformation and formalities necessary for evaluating if the requirements are met: As per tender documentation.
III.2.3)Technical capacityInformation and formalities necessary for evaluating if the requirements are met:
As per tender documentation.
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 procedureRestricted
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 criteriaThe 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 auctionAn electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
FRAM/0349 - V3
IV.3.2)Previous publication(s) concerning the same contractno
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive documentPayable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate19.11.2015
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates27.11.2015
IV.3.6)Language(s) in which tenders or requests to participate may be drawn upEnglish.
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
VI.2)Information about European Union fundsThe contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information
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:20.10.2015