URZ?D KOMISJI NADZORU FINANSOWEGO has floated a tender for Contract notice: Software implementation services. The project location is Poland and the tender is closing on 28 Nov 2018. The tender notice number is 458722-2018, while the TOT Ref Number is 27796776. Bidders can have further information about the Tender and can request the complete Tender document by Registering on the site.

Expired Tender

Procurement Summary

Country : Poland

Summary : Contract notice: Software implementation services

Deadline : 28 Nov 2018

Other Information

Notice Type : Tender

TOT Ref.No.: 27796776

Document Ref. No. : 458722-2018

Competition : ICB

Financier : Self Financed

Purchaser Ownership : -

Tender Value : Refer Document

Purchaser's Detail

Purchaser : URZ?D KOMISJI NADZORU FINANSOWEGO
Office Name: Urz?d Komisji Nadzoru Finansowego
Address: pl. Powsta?ców Warszawy 1
Town: Warsaw
Postal Code: 00-030
Contact Point: Ma?gorzata S?apek-Jab?o?ska

Phone: +48 222625260
Fax: +48 222625274
Poland
Email :zamowienia@knf.gov.pl
URL :www.knf.gov.pl

Tender Details

Object of the contract
Software implementation services

Description: Contract notice: Software implementation services

Authority Type: Body governed by public law
Contact Nature: Supplies
Procedure: Open procedure
Document: Contract notice
Regulation: European Union, with participation by GPA countries
Award criteria: The most economic tender
CPV code: 72263000, 72265000, 72263000, 72265000
CPV Description: Software implementation services.

Software configuration services.

Delivery and implementation of Disaster Recovery solution with guarantee and support.

Reference Number: DAI.WZP.2610.40.2018

The subject of the order is the purchase of the Disaster Recovery solution, along with the warranty service and technical support of the manufacturer. A detailed description of the subject of the order is attached as Annex 2 to the Terms of Reference (Project Umalong with attachments).

Main Site: Warsaw

The subject of the order is the implementation project, delivery and implementation of the Disaster Recovery solution consisting of:

1. Preparation by the Contractor of a detailed description of the implementation of the solution, specifying in particular the scope and sequence of work, indicating the dates of their commencement and completion, the relationship betweenmi and resource involvement on the part of the Ordering party and the Contractor.

2. Delivery of two disk arrays with a set of licenses. The delivered matrices must be equipped with disk space and functionality described in detail in item I of the Description of the Order.

3. Expansion of the Storage Area Network owned by the Ordering Party for four new Fiber Channel switches in 16 Gbp technologyare described in detail in item II of the Subject Description of the Order.

4. Creation of a stretched cluster based on two provided matrices for the virtual machine environment operating on the Vmware vSphere platform owned by the Ordering Party. The solution provided must be fully compatible with the Vmware Metro Storage Cluster or there must be an official knowledge base article at https: //kb.vmware.com confirming the operation of the solution from Vmware vSphere Metro Storage Cluster with the provided version of the matrix manufacturer's operating system. You must provide the necessary licenses to run such functionality for the entire environment of the Employer. The cluster should present 700 TB useful for server systems (700 TB of useful per server room).

5. Creation of clustersstretched on the basis of two delivered matrices for Oracle RAC environments owned by the Employer on both matrices with the guarantee of maintaining the parameters RPO = 0 and RTO = 0 for Oracle RAC servers

6. The services that the Contractor must perform as part of the implementation are specified in item III of the Description of the Subject of the Order.

7. The disk array system should:

a) integrate with the environment-VMware, owned by the Ordering Party through VAAI and VASA mechanisms, V-VOL, vCenter Plugin.

B) integrate with the current Oracle RAC environment, by providing disk space for the needs of the RAC cluster in both centers

8. Technical support of the manufacturer for all new elements forming the Disaster Recovery solution for a period of 60 months, counted from the day of signing the Odbio Protocolru equipment.

The ordering party does not set a specific condition in this respect.

The ordering party does not place a specific condition in this respect.

1. Each contractor must attach to the Offer a statement valid as of the date of the submission of Offers, constituting preliminary confirmation that the contractor is not subject to exclusion and meets the conditions for participation in the procedure. The Contractor prepares the E-mail in electronic form and provides-qualified electronic signature under pain of nullity. The Contractor shall submit to the EMS by means of electronic communication, i.e. electronic mail. The Employer informs that the Contractor may limit himself only to completing the section α in part IV of the EJG and does not have to fill in any of the other sections in Part IV.

2. At the request of the contracting party, the contractor is obliged to submit the followingstatements or documents:

1. Information from the National Criminal Record in the scope specified in art. 24 sec. 1 items 13, 14 and 21 of the Public Procurement Law, issued not earlier than 6 months before the deadline for submission of tenders. The Contractor's statements about the lack of a final court judgment or final administrative decision against him being overdue with taxes, fees or contributions forsocial or health security or - in the event of issuing such a decision or decision - documents confirming the payment of these claims.

3. Declaration of the contractor about the lack of a decision against him as a preventive measure for the prohibition of applying for public orders.

4. list of deliveries made, and in the case of periodic or continuous services also performed during the periodlast 3 years before the deadline for submission of bids, and if the period of business is shorter - during this period, together with their value, subject, dates of completion and entities for which deliveries were made, and attaching evidence determining whether these deliveries were made or are duly performed, whereby the evidence referred to are references or other docscontracts issued by the entity for which deliveries were made, and in the case of periodic or continuous benefits are made, and if for a justified reason of an objective nature the Contractor is not able to obtain these documents - o Contractor's performance; in the case of periodic or continuous benefits, references still to be made or other documents confirming their dueperformance should be issued no earlier than 3 months before the deadline for submission of Offers.

5. list of persons referred by the Contractor to perform the public order, in particular those responsible for providing services along with information on their professional qualifications, experience and education necessary to perform the public order, as well as the scope of performanceh by them activities and information about the basis for disposing of these persons.

4. The Awarding Entity will evaluate offers in accordance with art. 24aa of the Public Procurement Law, and then will examine whether the Contractor whose offer was the highest assessed in accordance with the offer evaluation criterion specified in the ToR, is not subject to exclusion and meets the conditions for participation in the procedure. The date of being bound by the offer referred to in point IV.2.6)szenda is 60 days. The period of being bound by the offer starts as soon as the deadline for submission of tenders expires.

6. Contractor within 3 days from the date of posting on the website information referred to in art. 86 par. 5 of the Public Procurement Law, will provide the orderer with a declaration of belonging or non-affiliation to the same capital group as referred to in art. 24 sec. 1 point 23 of the Public Procurement Law. WrWith the submission of a statement, the Contractor may provide evidence that links with another Contractor do not lead to distortion of competition in the procurement procedure. The contractor is excluded from the public procurement procedure in respect of which any of the circumstances referred to in art. 24 sec. 1 Public Procurement Law - 8. The Contractor is obliged to bring a wadium in the amount of PLN 15, 000.00
Internet address (URL): www.knf.gov.pl

Documents

 Tender Notice