Virtual Environment Infrastructure

Open

Buyers

Value

£0

Classifications

  • Information technology services

Tags

  • tender

Submission Deadline

1 month from now

Published

1 hour ago

Description

Please note that this advert will be closed on 18th January 2026. No further expressions of interest will be accepted after this date.
The Royal Hospital Chelsea is looking to upgrade/change the current virtual environment. The current virtual environment is hosted on a VMWare platform by 3 Host (cluster), hosting a total of 27 servers and two Non-federated SAN.  Though we are happy with VMWare as a solution, constant changes on price for licenses and difficult access to support has made us want to look for alternative solutions, like Nutanix, that can provide scalability, easy management, great security, fault tolerance, good analytics across the environment. We are requesting from the supplier to provide the Royal Hospital Chelsea with a quote for VMWare, Nutanix and another alternative solution. For comparison, pros and cons.
Any alternative solution must be able to work with:
•	Microsoft Windows
•	SQL Server
•	Mitel solutions
•	Sophos
•	Linux
•	Cent OS
Scope
The supplier is required to:
•	To analyse the current environment to get a good understanding of what may be needed for the new solution(s) and for upgrading the VMWare
•	Provide presentation of alternative solution(s)
•	Provision of hardware for the new solution or upgrade of VMWare.
•	Supplying, installing and configuring the new solution or upgrade of VMWare
•	Migrate server and data from current system to the new solution or VMWare. 
•	Training staff on new solution (if the system is not VMWare).
•	Test environment prior going live.
•	Provision for working out hours is required in this project.
•	Tools to easily update or updating host servers is a plus.

Similar Contracts

Open

Home Office English Language Testing (HOELT) Services

The Home Office English Language Test (HOELT) Programme vision is to deliver a best-in-class language testing service, underpinned by automation and efficiency to enable critical UK Visa and Immigration decision making. To do this, we need to deliver a secure, accessible and fair English Language Testing service for our customers.   This procurement seeks a fully remote language testing service, balancing continuity with improvements and transformation. HOELT will move to a digital-by-default approach, while upholding the rigorous standards necessary to support our immigration decisions. The successful provider will deliver a service that combines technological innovation with security assurance, enabling customers to demonstrate their English language skills with confidence and convenience throughout their UK immigration journey.  Overview of the Service: The Supplier shall provide a fully managed Remote Testing service.  HOELTs shall be delivered securely in any location where the Customer chooses to take the test, provided secure test conditions are met.  The HOELTs shall be available in two formats:   2-Facet: Speaking and Listening (A1 to C2)   4-Facet: Speaking, Listening, Reading, and Writing (A1 to C2)  The HOELT Fees shall be regulated, as determined by the Authority. All HOELT scores shall map clearly to CEFR levels A1 to C2, as published by the Council of Europe.  Authority recognises that there is significant uncertainty regarding future demand for English Language Testing (ELT) services in each country and location, the advertised contract value must be concidered in this context. This uncertainty arises from a combination of factors, including:  Ongoing changes to UK immigration policy following the Immigration White Paper;  The transition to a new contracting model for the delivery of ELT services;  Broader external influences such as global events, geopolitical developments, environmental disruptions, and demographic shifts.  Given this context, the Authority is unable to provide indicative forecasts or guarantees regarding future test volumes. The Service must therefore be demonstrably scalable and responsive to fluctuations in demand, both increases and decreases. The Supplier shall proactively manage changes in demand and demonstrate flexibility in adapting to evolving Service requirements throughout the Term. Please note, five Requests for Information (RFIs) have been run as part of market engagement to inform this procurement. Links to the notices published in relation to the market engagement are below for further information: RFI 1: https://www.find-tender.service.gov.uk/Notice/027422-2024 RF 2: https://www.find-tender.service.gov.uk/Notice/035979-2024 RFI 3: https://www.find-tender.service.gov.uk/Notice/014337-2025 RFI 4: https://www.find-tender.service.gov.uk/Notice/036839-2025 RFI 5: https://www.find-tender.service.gov.uk/Notice/054810-2025

Katy Reed

Published 1 week ago

AI Bid Assistant

Our AI-powered tool to help you create winning bids is coming soon!

View Contract Source Save Contract

Timeline active

Publish
Bid
Evaluate
Award
Complete