Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Request for Proposal: the provision of Disaster Recovery and Business Continuity (DR/BC) and back-up

  • First published: 25 October 2016
  • Last modified: 25 October 2016

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
Published by:
Accent Group Limited
Authority ID:
AA23623
Publication date:
25 October 2016
Deadline date:
09 December 2016
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

1) DR & BC

Accent have approximately 50 systems in the following TTR categories which are eligible for DR, full details are provided in Appendix 6 of the RfP Server List for DR Services (MS Excel XML workbook).

Category 1 Systems (please see Appendix 6 for a list including Cores, RAM and Disk Partitions) to be actively synchronised in real time, and to fail-over to live in the event of an outage of the primary systems. Fail-over to live to be available to either BD17 7SW or the DR Centre (dependent upon the origin of the outage) and all other Accent WAN sites

Category 2 Systems (please see Appendix 6 for a list including Cores, RAM and Disk Partitions) & their associated storage to be presented and available to both the WRS and all other Accent WAN sites with current data presented within 4 hours of invocation

Category 3 Systems (please see Appendix 6 for a list including Cores, RAM and Disk Partitions) & their associated storage to be presented and available to both the WRS and other WAN sites with current data presented within 48 hours of invocation.

Category 4 Systems & their associated storage to be presented as backed up data together with adequate hardware upon which to rebuild & restore. Re-build and restoration work to be carried out by Accent Technical Staff. These systems would only be required in the event of an extremely extended invocation. Please price by VM based upon a nominal 4 cores, 8 GB RAM & 2 partitions totaling 350GB disk space per server.

2) Business as usual (BAU) Back Up

A full list of systems to be covered under this statement of requirements are provided in Appendix 2, Server List for Back Up Services (MS Excel XML workbook).

We require a resilient reliable and simple to operate BAU back up solution which allows both scheduled and ad hoc back-ups of any or all our systems and rapid user friendly restoration at every level from individual file through directory to complete system.

Given the probable size of the proposed data circuit (100MBps) from Accent’s MPLS network into the supplier’s DR facility you may wish to consider placing a back up device into Accent’s head office to both facilitate rapid restorations and de-duplicate data prior to onward transmission to your data vault.

Current back up requirements are between 23 & 33 TB, however over the life of the contract it is inevitable that despite on-going data cleansing activities within Accent this will continue to grow. We are looking for a back-up solution which is scalable without significant additional cost, and especially wish to avoid breaching software pricing break points below 40TB of backed up data.

3) Workplace Recovery Requirements:

40 Workplace Recovery Seats (WRS) located in the same facility as the recovered systems to be available to Accent Staff within 4 hours of invocation.

The ability, by mutual agreement to increase and decrease the number of contracted WRS at any time during the life of the contract always providing that the number of WRS will not at any time reduce below the original contracted number.

Each WRS to be presented with an agreed standard desktop PC with dual 21” or greater monitors (minimum PC specification Core-i5 / 8GB RAM / 250GB SSD / Dual video output).

Each WRS to be presented with an agreed IP Telephone handset / headset (exact specification TBC post Accent Connect Contract Award).

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Accent Corporate Services Ltd

IP29264R

Charlestown House, Acorn Park Industrial Estate, Charlestown

Shipley

BD17 7SW

UK

Contact person: Chris Cuthell

Telephone: +44 3456780555

E-mail: businesscontinuity.rfp@accentgroup.org

NUTS: UKE41

Internet address(es)

Main address: http://www.accentgroup.org

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

http://www.accentgroup.org/dr-procurement


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

http://www.accentgroup.org/dr-procurement


Tenders or requests to participate must be sent to the abovementioned address


I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

Housing and community amenities

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Request for Proposal: the provision of Disaster Recovery and Business Continuity (DR/BC) and back-up services.

II.1.2) Main CPV code

72251000

 

II.1.3) Type of contract

Services

II.1.4) Short description

Accent is currently reviewing its Business Continuity and systems back-up provision to meet the requirements of the UK Homes and Communities Agency governance standards and the wider needs of its own business.

We wish to identify any opportunities within the business continuity management services market place for utilising a third party provider that can offer a range of services which deliver against our stated requirement to meet Accent's internal business recovery objectives in order to minimise and/or mitigate the impact of a serious untoward incident affecting our Head Office, which additionally hosts our National Contact Centre.

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

72910000

72251000

II.2.3) Place of performance

NUTS code:

UKE4


Main site or place of performance:

Within 20 miles of BD17 7SW as defined by the shortest route for motor vehicles displayed in Google Maps.

II.2.4) Description of the procurement

1) DR & BC

Accent have approximately 50 systems in the following TTR categories which are eligible for DR, full details are provided in Appendix 6 of the RfP Server List for DR Services (MS Excel XML workbook).

Category 1 Systems (please see Appendix 6 for a list including Cores, RAM and Disk Partitions) to be actively synchronised in real time, and to fail-over to live in the event of an outage of the primary systems. Fail-over to live to be available to either BD17 7SW or the DR Centre (dependent upon the origin of the outage) and all other Accent WAN sites

Category 2 Systems (please see Appendix 6 for a list including Cores, RAM and Disk Partitions) & their associated storage to be presented and available to both the WRS and all other Accent WAN sites with current data presented within 4 hours of invocation

Category 3 Systems (please see Appendix 6 for a list including Cores, RAM and Disk Partitions) & their associated storage to be presented and available to both the WRS and other WAN sites with current data presented within 48 hours of invocation.

Category 4 Systems & their associated storage to be presented as backed up data together with adequate hardware upon which to rebuild & restore. Re-build and restoration work to be carried out by Accent Technical Staff. These systems would only be required in the event of an extremely extended invocation. Please price by VM based upon a nominal 4 cores, 8 GB RAM & 2 partitions totaling 350GB disk space per server.

2) Business as usual (BAU) Back Up

A full list of systems to be covered under this statement of requirements are provided in Appendix 2, Server List for Back Up Services (MS Excel XML workbook).

We require a resilient reliable and simple to operate BAU back up solution which allows both scheduled and ad hoc back-ups of any or all our systems and rapid user friendly restoration at every level from individual file through directory to complete system.

Given the probable size of the proposed data circuit (100MBps) from Accent’s MPLS network into the supplier’s DR facility you may wish to consider placing a back up device into Accent’s head office to both facilitate rapid restorations and de-duplicate data prior to onward transmission to your data vault.

Current back up requirements are between 23 & 33 TB, however over the life of the contract it is inevitable that despite on-going data cleansing activities within Accent this will continue to grow. We are looking for a back-up solution which is scalable without significant additional cost, and especially wish to avoid breaching software pricing break points below 40TB of backed up data.

3) Workplace Recovery Requirements:

40 Workplace Recovery Seats (WRS) located in the same facility as the recovered systems to be available to Accent Staff within 4 hours of invocation.

The ability, by mutual agreement to increase and decrease the number of contracted WRS at any time during the life of the contract always providing that the number of WRS will not at any time reduce below the original contracted number.

Each WRS to be presented with an agreed standard desktop PC with dual 21” or greater monitors (minimum PC specification Core-i5 / 8GB RAM / 250GB SSD / Dual video output).

Each WRS to be presented with an agreed IP Telephone handset / headset (exact specification TBC post Accent Connect Contract Award).

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 36

This contract is subject to renewal: Yes

Description of renewals:

The contract is for 3 years with discretion to extend three times i.e. for 1 year in year 3, 1 year in year 4 and again for a final year in year 5. (3+1+1+1) giving a maximum contract term of 6 years (72 months).

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of options:

Please see the full RfP for the Options requested.

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:

Current certification for both organisation and all premises to be used for DR / workplace recovery and off site backups:

ISO 22301 & 27001

Please note this is a PASS / FAIL requirement.

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents


III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


III.2) Conditions related to the contract

III.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

IV.2) Administrative information

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 09/12/2016

Local time: 12:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.2.7) Conditions for opening of tenders

Date: 09/12/2016

Local time: 12:01

Place:

Accent Corporate Services Ltd

Charlestown House

Acorn Park Industrial Estate

Charlestown

Shipley

West Yorkshire

BD17 7SW.

Information about authorised persons and opening procedure:

The tenders will be opened with 2 members of the ICT Development team present and a note will be made of the total number of submissions received and who they are from.

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

VI.4) Procedures for review

VI.4.1) Review body

Not Required

n/a

UK

VI.5) Date of dispatch of this notice

21/10/2016

Coding

Commodity categories

ID Title Parent category
72910000 Computer back-up services Computer back-up and catalogue conversion services
72251000 Disaster recovery services System and support services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
businesscontinuity.rfp@accentgroup.org
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.