Contract notice

Information

Published

Date of dispatch of this notice: 17/12/2014

Expire date: 26/01/2015

External Reference: 2014-499777

TED Reference: 2014/S 246-434251

Contract notice

Contract notice

Classic Sector

Directive 2004/18/EC

Services

Section I: Contracting authority

I.1)

Name, addresses and contact point(s)

Private Residential Tenancies Board
N/A
PO Box 12323
2  Dublin
IE
For the attention of: Ruth Cullen
Telephone: +353 0818303037
E-mail: Ruth.Cullen@prtb.ie
Fax: +353 0818303039
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for a dynamic purchasing system) can be obtained from:The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.2)

Type of the contracting authority

Body governed by public law
I.3)

Main activity

  • Housing and community amenities
I.4)

Contract award on behalf of other contracting authorities

The 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:

Establishment of a Single-Party Framework Agreement for ICT Infrastructure and Platform Upgrade and Refresh

II.1.2)

Type of contract and location of works, place of delivery or of performance

Services
    Category No7:  Computer and related services
    Main site or location of works, place of delivery or of performance:

    Dublin

    NUTS code
    IE021
    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 agreement

    Framework agreement with a single operator
    Duration of the framework agreement
    Duration in years: 4
    Justification for a framework agreement, the duration of which exceeds four years: 
    Estimated total value of purchases for the entire duration of the framework agreement
    Estimated cost excluding VAT
    Range: between  250000  and 1000000  EUR
    Frequency and value of the contracts to be awarded:
    II.1.5)

    Short description of the contract or purchase(s)

    PRTB invites expressions of interest for the provision ICT Infrastructure and Platform Upgrade and Refresh including compute, storage and network elements together with related Support Services. All services must take place whilst maintaining a fully operational and functional production environment continuing to provide the full range of existing ICT services to PRTB‘s user and client base.

    II.1.6)

    Common procurement vocabulary (CPV)

    Main vocabulary
    72000000   IT services: consulting, software development, Internet and support
    Supplementary vocabulary
    72200000   Software programming and consultancy services
    72510000   Computer-related management services
    72540000   Computer upgrade services
    72590000   Computer-related professional services
    II.1.7)

    Information about Government Procurement Agreement (GPA)

    The contract is covered by the Government Procurement Agreement (GPA):  yes
    II.1.8)

    Lots

    This contract is divided into lots:  no
    II.1.9)

    Information about variants

    Variants will be accepted:  no
    II.2)

    Quantity or scope of the contract

    II.2.1)

    Total quantity or scope:

    The scope of the requirements includes the following elements requiring work at both locations:

    1. Increased / new processing capacity – provision, installation and commissioning of processors

    2. Increased / new storage – provision, installation and commissioning of (tiered) storage

    3. Increased / new bandwidth connectivity within data centres and to the external world – provision, installation and commissioning of new /additional network elements both within data centres and to the external world

    4. The physical migration of the existing hardware at the collocated facility to the in-house facility and the re-establishment of an integrated and fully functioning data centre within the in-house facility using this equipment and ancillary software

    5. The retirement of the hardware at the in-house facility (and secure disposal of same)

    6. The migration of systems currently run on the in-house facility to the collocated facility

    7. The migration of systems currently run in the collocated facility to the in-house facility

    8. The provision of production, pre-production, test and development environments

    9. The design, implementation, commissioning and testing of DR capability between the two locations

    10. The management and provision where necessary of the necessary licencing arrangements

    11. Project management of the complete project including taking ownership of the liaison requirements with existing partners including collocated facility provider, ISP, Application Vendors, licensees, UAT, the cut over of hardware and the cutover of software between data centres, etc.

    12. Provision of post project management and support services

    All of the above has to take place whilst maintaining a fully operational and functional production environment continuing to provide the full range of existing ICT services to PRTB’s user and client base.

    II.2.2)

    Information about options

    Options: no
    II.2.3)

    Information about renewals

    This contract is subject to renewal: no
    II.3)

    Duration of the contract or time limit for completion

    Duration in months: 048 (from the award of the contract)

    Section III: Legal, economic, financial and technical information

    III.1)

    Conditions relating to the contract

    III.1.2)

    Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them

    To be agreed with the successful service provider.

    III.1.3)

    Legal form to be taken by the group of economic operators to whom the contract is to be awarded:

    A grouping if successful must be prepared to contract as a single entity having joint and several liability.

    III.1.4)

    Other particular conditions

    The performance of the contract is subject to particular conditions: no
    III.2)

    Conditions for participation

    III.2.1)

    Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers

    Information and formalities necessary for evaluating if the requirements are met:

    Please refer to the qualification questionnaire available to download from www.etenders.gov.ie

    III.2.2)

    Economic and financial ability

    Information and formalities necessary for evaluating if the requirements are met:

    Please refer to the qualification questionnaire available to download from www.etenders.gov.ie

    Minimum level(s) of standards possibly required:
    III.2.3)

    Technical capacity

    Information and formalities necessary for evaluating if the requirements are met:

    Please refer to the qualification questionnaire available to download from www.etenders.gov.ie

    III.3)

    Conditions specific to services contracts

    III.3.1)

    Information about a particular profession

    Execution of the service is reserved to a particular profession: no
    III.3.2)

    Staff responsible for the execution of the service

    Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no

    Section IV: Procedure

    IV.1)

    Type of procedure

    IV.1.1)

    Type of procedure

    competitive dialogue
    IV.1.2)

    Limitations on the number of operators who will be invited to tender or to participate

    Envisaged number of operators:  5
    IV.1.3)

    Reduction of the number of operators during the negotiation or dialogue

    Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated:  yes
    IV.2)

    Award criteria

    IV.2.1)

    Award criteria

    The 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 auction

    An electronic auction will be used: no
    IV.3)

    Administrative information

    IV.3.2)

    Previous publication(s) concerning the same contract

    no
    IV.3.3)

    Conditions for obtaining specifications and additional documents or descriptive document

    Payable documents: no
    IV.3.4)

    Time limit for receipt of tenders or requests to participate

    26.01.2015 - 12:00
    IV.3.6)

    Language(s) in which tenders or requests to participate may be drawn up

    [Language_EN], [Language_GA]

    Section VI: Complementary information

    VI.1)

    Information about recurrence

    This is a recurrent procurement: no
    VI.2)

    Information about European Union funds

    The contract is related to a project and/or programme financed by European Union funds: no
    VI.3)

    Additional information:

    1. Please note that responses to the questionnaire available from www.etenders.gov.ie must be submitted back via the etenders platform only. Suppliers must therefore register and download the documents from etenders only to enable them to respond via the system.

    2. The Contracting Authority will not be responsible for any costs, charges or expenses incurred by candidates or tenderers in response to this competition.

    3. Establishment of the framework agreement and award of any contracts will be subject to the approval of the competent authorities.

    4. If for any reason it is not possible to conclude the framework agreement with the successful framework operator designate emerging from this competitive process, or if having concluded the framework agreement the Contracting Authority decides to terminate that agreement, the Contracting Authority reserves the right to admit the next highest scoring tenderer to the framework agreement on the basis of the same terms and conditions and as tendered by that latter party, at any time during the tender validity period.

    5. At its absolute discretion, the contracting authority may elect to terminate this procurement process or the concluded framework at any time.

    VI.4)

    Procedures for appeal

    VI.4.1)

    Body responsible for appeal procedures

    The High Court
    Four Courts, Inns Quay
    7  Dublin
    IE
    Internet address:
     

    Body responsible for mediation procedures

    VI.4.2)

    Lodging of appeals

    Precise information on deadline(s) for lodging appeals:

    Please refer to the relevant Irish Statutory Instruments (SI 130 of 2010 and SI 420 of 2010) available at www.irishstatutebook.ie

    VI.4.3)

    Service from which information about the lodging of appeals may be obtained

    Your Legal Advisor
    IE
    Internet address: