II.2.2) Additional CPV code(s)
30236000
30237110
32400000
32421000
44316400
48821000
51611100
72222300
72514000
72514100
72514300
72700000
II.2.3) Place of performance
NUTS code:
UKJ
II.2.4) Description of the procurement
The provision of collocated data centre facilities and the related services (energy, connectivity and physical security) necessary to house and provide an operating environment for physical computing infrastructure from 2 separate locations, based on minimum supplier capabilities. Southern Water are seeking to move from their existing data centre into these 2 collocated facilities.
The scope that service providers were required to meet, included the following:
— 2 separate tier 3 data centre premises, within 100 miles of Southern Water’s Head Office location and capable of operating on an active: active basis,
— appropriate site/caged area security and access control, compliant with ISO27001,
— an energy efficient data centre environment, including provision of power, heating and cooling (including power to the racking),
— mobilisation of the collocation offering, including: provisioning of data centre space and racking, power connectivity, network connectivity and availability of onsite support,
— accepting delivery and storage of Southern Water infrastructure hardware,
— provision of Southern Water access and meeting room facilities,
— secure (caged) data centre space, fully fitted with high density racking (26 racks split over 2 facilities with a minimum of 12 at each facility),
— effective network connectivity between the two data centres, including: interconnecting network fibre, internet connectivity; and, additional network services (such as AWS/Azure),
— onsite support to both data centres (to a minimum level of “Smart Hands”),
— compliance with the required service levels and availability standards,
— the ability for Southern Water to scale its requirements by taking on additional data centre space in the future, as required.
Service providers were required to meet a number of minimum requirements as part of a PQQ, with 5 tenderers being brought through to the ITT stage. These tenders provided a technical response, and provided a commercial offer to best meet the requirements, in line with the response form provided.
The initial term of the collocation facilities contract is 5 years, with an option to extend by a further period, or periods, up to 10 years (15 years total).
A separate opportunity and tender is being undertaken for the provision of the associated infrastructure (hyper-converged) solution and associate services, which are to be installed within the facilities awarded in this Contract Award Notice.
II.2.5) Award criteria
Quality criterion: Mobilisation – schedule of work submission
/ Weighting: 4
Quality criterion: Range of services and network capability
/ Weighting: 14
Quality criterion: Rack space and expansion capability
/ Weighting: 8
Quality criterion: Proposed Service Levels (SLAs)
/ Weighting: 14
Quality criterion: Power efficiency ratio
/ Weighting: 6
Quality criterion: Flexibility of commercial offering
/ Weighting: 4
Price
/ Weighting:
50
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No