Contract notice

Information

Published

Date of dispatch of this notice: 16/07/2019

Expire date: 16/08/2019

External Reference: 2019-226313

TED Reference: 2019/S 137-336887

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Mayo County Council
N/A
Aras an Chontae
Co. Mayo
Castlebar
IE
Contact person: Beatrice Heneghan
Telephone: +353 949064523
Internet address(es):
Main address: www.mayococo.ie

I.3)

Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at:  
http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=150657&B=ETENDERS_SIMPLE
Additional information can be obtained from
the abovementioned address:  
Tenders or requests to participate must be submitted
Tenders or requests to participate must be submitted
to the abovementioned address
I.4)

Type of the contracting authority

Regional or local authority
I.5)

Main activity

General public services

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Hyper-converged IT Infrastructure, Associated Equipment and Services
Reference number:  154270
II.1.2)

Main CPV code

32424000  -  Network infrastructure
II.1.3)

Type of contract

Supplies
II.1.4)

Short description

• Supply, installation and commissioning of a resilient Active-Active software-defined hyper-converged Infrastructure solution to cover compute, storage, and networking requirements.
• Top of rack networking switches with sufficient redundancy for the active-active configuration.
• Solution must include a comprehensive, enterprise-level hardware and software, on-premise backup solution, with data, VMWare virtual machine, operating system and cloud-ready backup functionality. It must be possible to install the backup hardware in a site separate from either of the active-active hardware locations.
• Migration of existing VMWare servers and associated data to the new platform.
• Solution must leverage existing licencing already purchased by Mayo County Council and include the total cost of VMWare licensing for a minimum 5-year term.
• Unified support of all hardware and software components of the solution for a minimum of 5 years.
II.1.5)

Estimated total value

Value excluding VAT: 300000.00  EUR
II.1.6)

Information about lots

This contract is divided into lots: no
II.2)

Description

II.2.2)

Additional CPV code(s)

32420000  -  Network equipment
48800000  -  Information systems and servers
48820000  -  Servers
48821000  -  Network servers
48822000  -  Computer servers
72910000  -  Computer back-up services
II.2.3)

Place of performance

Main site or place of performance:  
Castlebar
II.2.4)

Description of the procurement

• Supply, installation and commissioning of a resilient Active-Active software-defined hyper-converged Infrastructure solution to cover compute, storage, and networking requirements.
• Top of rack networking switches with sufficient redundancy for the active-active configuration.
• Solution must include a comprehensive, enterprise-level hardware and software, on-premise backup solution, with data, VMWare virtual machine, operating system and cloud-ready backup functionality. It must be possible to install the backup hardware in a site separate from either of the active-active hardware locations.
• Migration of existing VMWare servers and associated data to the new platform.
• Solution must leverage existing licencing already purchased by Mayo County Council and include the total cost of VMWare licensing for a minimum 5-year term.
• Unified support of all hardware and software components of the solution for a minimum of 5 years.
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)

Estimated value

Value excluding VAT: 300000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 60
This contract is subject to renewal: yes
Description of renewals:  
5-year contract with option to renew for up to 2 additional years
II.2.10)

Information about variants

Variants will be accepted: no
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

Section III: Legal, economic, financial and technical information

III.1)

Conditions for participation

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 the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement : yes
IV.2)

Administrative information

IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  16/08/2019
Local time:  12:00
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English
IV.2.6)

Minimum time frame during which the tenderer must maintain the tender

Tender must be valid until:  16/08/2020
IV.2.7)

Conditions for opening of tenders

Date:  16/08/2019
Local time:  12:00

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.4)

Procedures for review

VI.4.1)

Review body

High Court Chief Registrar
The Four Courts
Dublin 7
IE

VI.4.2)

Body responsible for mediation procedures

High Court Chief Registrar
The Four Courts
Dublin 7
IE

VI.4.4)

Service from which information about the review procedure may be obtained

High Court Chief Registrar
The Four Courts
Dublin 7
IE