Contract notice

Information

Published

Date of dispatch of this notice: 14/01/2020

Expire date: 04/03/2020

External Reference: 2020-253473

TED Reference: 2020/S 011-021037

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

The Department of Public Expenditure and Reform
Government Buildings, Upper Merrion Street
Dublin 2
D02 R583
IE
Contact person: Tender Operations
Telephone: +353 0761008000
Internet address(es):
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=160288&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

Ministry or any other national or federal authority, including their regional or local subdivisions
I.5)

Main activity

General public services

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

IHW027F - Request for Tenders to establish a Multi Supplier Framework Agreement for the provision of Compute and Storage infrastructure
Reference number:  PROJ000004988
II.1.2)

Main CPV code

30200000  -  Computer equipment and supplies
II.1.3)

Type of contract

Supplies
II.1.4)

Short description

The Office of Government Procurement acting on behalf of The Minister for Public Expenditure and Reform invites responses from economic operators for the establishment of a Multi Supplier Framework Agreement for the provision of Compute and Storage infrastructure
II.1.5)

Estimated total value

Value excluding VAT: 80000000.00  EUR
II.1.6)

Information about lots

This contract is divided into lots: yes
Tenders may be submitted for  maximum number of lots: 3
II.2)

Description

II.2.1)

Title

Lot 1 X64 Compute Infrastructure Devices, Associated Ancillary Equipment, Software and Services
Lot No:  1
II.2.2)

Additional CPV code(s)

30210000  -  Data-processing machines (hardware)
30230000  -  Computer-related equipment
30233100  -  Computer storage units
32410000  -  Local area network
32424000  -  Network infrastructure
32580000  -  Data equipment
48000000  -  Software package and information systems
48800000  -  Information systems and servers
48820000  -  Servers
48821000  -  Network servers
48822000  -  Computer servers
48823000  -  File servers
48824000  -  Printer servers
48825000  -  Web servers
50312300  -  Maintenance and repair of data network equipment
50312310  -  Maintenance of data network equipment
50312600  -  Maintenance and repair of information technology equipment
50312610  -  Maintenance of information technology equipment
72500000  -  Computer-related services
72700000  -  Computer network services
72910000  -  Computer back-up services
II.2.3)

Place of performance

Main site or place of performance:  
Dublin 1
II.2.4)

Description of the procurement

The Minister for Public Expenditure and Reform (the “Contracting Authority”) is issuing this request for tenders (“RFT”) as a central purchasing body for use by the Framework Clients (defined below). The Office of Government Procurement (the “OGP”) is an office within the Department of Public Expenditure and Reform tasked with sourcing goods and services on behalf of the public service. References to the Contracting Authority will be deemed to include the OGP. The Contracting Authority invites tenders (“Tenders”) from economic operators (“Tenderers”) for appointment to a multi-supplier framework agreement (the “Framework Agreement”) for the supply of the goods and associated services as described in Appendix 1 to this RFT (the “Goods”).
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Quality of approach to the delivery of Support and Maintenance Services:  /  Weighting:  300
Quality criterion  -  Name:  Quality of approach to the provision of Spare Parts:  /  Weighting:  50
Quality criterion  -  Name:  Quality of approach to Professional Technical Services.  /  Weighting:  100
Quality criterion  -  Name:  Quality of approach to the Provision of Training Services  /  Weighting:  100
Cost criterion  -  Name:  Cost  /  Weighting:  450
II.2.6)

Estimated value

Value excluding VAT: 60000000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24
This contract is subject to renewal: yes
Description of renewals:  
The Contracting Authority reserves the right, at its discretion, to extend the Term for a period or periods of up to twelve (12) months with a maximum of four (4) such extension or extensions on the same terms and conditions, subject to the Contracting Authority’s obligations at law. The Term will not exceed four (4) years in aggregate.
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
II.2)

Description

II.2.1)

Title

Lot 2 SPARC Compute Infrastructure Devices, Associated Ancillary Equipment, Software and Services
Lot No:  2
II.2.2)

Additional CPV code(s)

30210000  -  Data-processing machines (hardware)
30230000  -  Computer-related equipment
30233100  -  Computer storage units
32410000  -  Local area network
32424000  -  Network infrastructure
32580000  -  Data equipment
48000000  -  Software package and information systems
48800000  -  Information systems and servers
48820000  -  Servers
48821000  -  Network servers
48822000  -  Computer servers
48823000  -  File servers
48824000  -  Printer servers
48825000  -  Web servers
50312300  -  Maintenance and repair of data network equipment
50312310  -  Maintenance of data network equipment
50312600  -  Maintenance and repair of information technology equipment
50312610  -  Maintenance of information technology equipment
72500000  -  Computer-related services
72700000  -  Computer network services
72910000  -  Computer back-up services
II.2.3)

Place of performance

Main site or place of performance:  
Dublin 1
II.2.4)

Description of the procurement

The Minister for Public Expenditure and Reform (the “Contracting Authority”) is issuing this request for tenders (“RFT”) as a central purchasing body for use by the Framework Clients (defined below). The Office of Government Procurement (the “OGP”) is an office within the Department of Public Expenditure and Reform tasked with sourcing goods and services on behalf of the public service. References to the Contracting Authority will be deemed to include the OGP. The Contracting Authority invites tenders (“Tenders”) from economic operators (“Tenderers”) for appointment to a multi-supplier framework agreement (the “Framework Agreement”) for the supply of the goods and associated services as described in Appendix 1 to this RFT (the “Goods”).
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Quality of approach to the delivery of Support and Maintenance Services:  /  Weighting:  300
Quality criterion  -  Name:  Quality of approach to the provision of Spare Parts:  /  Weighting:  50
Quality criterion  -  Name:  Quality of approach to Professional Technical Services.  /  Weighting:  100
Quality criterion  -  Name:  Quality of approach to the Provision of Training Services  /  Weighting:  100
Cost criterion  -  Name:  Cost  /  Weighting:  450
II.2.6)

Estimated value

Value excluding VAT: 5000000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24
This contract is subject to renewal: yes
Description of renewals:  
The Contracting Authority reserves the right, at its discretion, to extend the Term for a period or periods of up to twelve (12) months with a maximum of four (4) such extension or extensions on the same terms and conditions, subject to the Contracting Authority’s obligations at law. The Term will not exceed four (4) years in aggregate.
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
II.2)

Description

II.2.1)

Title

Lot 3 Power Compute Infrastructure Devices, Associated Ancillary Equipment, Software and Services
Lot No:  3
II.2.2)

Additional CPV code(s)

30210000  -  Data-processing machines (hardware)
30230000  -  Computer-related equipment
30233100  -  Computer storage units
32410000  -  Local area network
32424000  -  Network infrastructure
32580000  -  Data equipment
48000000  -  Software package and information systems
48800000  -  Information systems and servers
48820000  -  Servers
48821000  -  Network servers
48822000  -  Computer servers
48823000  -  File servers
48824000  -  Printer servers
48825000  -  Web servers
50312300  -  Maintenance and repair of data network equipment
50312310  -  Maintenance of data network equipment
50312600  -  Maintenance and repair of information technology equipment
50312610  -  Maintenance of information technology equipment
72500000  -  Computer-related services
72700000  -  Computer network services
72910000  -  Computer back-up services
II.2.3)

Place of performance

Main site or place of performance:  
Dublin 1
II.2.4)

Description of the procurement

The Minister for Public Expenditure and Reform (the “Contracting Authority”) is issuing this request for tenders (“RFT”) as a central purchasing body for use by the Framework Clients (defined below). The Office of Government Procurement (the “OGP”) is an office within the Department of Public Expenditure and Reform tasked with sourcing goods and services on behalf of the public service. References to the Contracting Authority will be deemed to include the OGP. The Contracting Authority invites tenders (“Tenders”) from economic operators (“Tenderers”) for appointment to a multi-supplier framework agreement (the “Framework Agreement”) for the supply of the goods and associated services as described in Appendix 1 to this RFT (the “Goods”).
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Quality of approach to the delivery of Support and Maintenance Services:  /  Weighting:  300
Quality criterion  -  Name:  Quality of approach to the provision of Spare Parts:  /  Weighting:  50
Quality criterion  -  Name:  Quality of approach to Professional Technical Services.  /  Weighting:  100
Quality criterion  -  Name:  Quality of approach to the Provision of Training Services  /  Weighting:  100
Cost criterion  -  Name:  Cost  /  Weighting:  450
II.2.6)

Estimated value

Value excluding VAT: 3000000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24
This contract is subject to renewal: yes
Description of renewals:  
The Contracting Authority reserves the right, at its discretion, to extend the Term for a period or periods of up to twelve (12) months with a maximum of four (4) such extension or extensions on the same terms and conditions, subject to the Contracting Authority’s obligations at law. The Term will not exceed four (4) years in aggregate.
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
II.2)

Description

II.2.1)

Title

Lot 4 Storage Infrastructure Devices including Target Hardware Devices, Associated Ancillary Equi
Lot No:  4
II.2.2)

Additional CPV code(s)

30210000  -  Data-processing machines (hardware)
30230000  -  Computer-related equipment
30233100  -  Computer storage units
32410000  -  Local area network
32424000  -  Network infrastructure
32580000  -  Data equipment
48000000  -  Software package and information systems
48800000  -  Information systems and servers
48820000  -  Servers
48821000  -  Network servers
48822000  -  Computer servers
48823000  -  File servers
48824000  -  Printer servers
48825000  -  Web servers
50312300  -  Maintenance and repair of data network equipment
50312310  -  Maintenance of data network equipment
50312600  -  Maintenance and repair of information technology equipment
50312610  -  Maintenance of information technology equipment
72500000  -  Computer-related services
72700000  -  Computer network services
72910000  -  Computer back-up services
II.2.3)

Place of performance

Main site or place of performance:  
Dublin 1
II.2.4)

Description of the procurement

The Minister for Public Expenditure and Reform (the “Contracting Authority”) is issuing this request for tenders (“RFT”) as a central purchasing body for use by the Framework Clients (defined below). The Office of Government Procurement (the “OGP”) is an office within the Department of Public Expenditure and Reform tasked with sourcing goods and services on behalf of the public service. References to the Contracting Authority will be deemed to include the OGP. The Contracting Authority invites tenders (“Tenders”) from economic operators (“Tenderers”) for appointment to a multi-supplier framework agreement (the “Framework Agreement”) for the supply of the goods and associated services as described in Appendix 1 to this RFT (the “Goods”).
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Quality of approach to the delivery of Support and Maintenance Services:  /  Weighting:  300
Quality criterion  -  Name:  Quality of approach to the provision of Spare Parts:  /  Weighting:  50
Quality criterion  -  Name:  Quality of approach to Professional Technical Services.  /  Weighting:  100
Quality criterion  -  Name:  Quality of approach to the Provision of Training Services  /  Weighting:  100
Cost criterion  -  Name:  Cost  /  Weighting:  450
II.2.6)

Estimated value

Value excluding VAT: 25000000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24
This contract is subject to renewal: yes
Description of renewals:  
The Contracting Authority reserves the right, at its discretion, to extend the Term for a period or periods of up to twelve (12) months with a maximum of four (4) such extension or extensions on the same terms and conditions, subject to the Contracting Authority’s obligations at law. The Term will not exceed four (4) years in aggregate.
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
II.2)

Description

II.2.1)

Title

Lot 5 X64 Compute and Storage Infrastructure Devices including Target Hardware Devices and Converged
Lot No:  5
II.2.2)

Additional CPV code(s)

30210000  -  Data-processing machines (hardware)
30230000  -  Computer-related equipment
30233100  -  Computer storage units
32410000  -  Local area network
32424000  -  Network infrastructure
32580000  -  Data equipment
48000000  -  Software package and information systems
48800000  -  Information systems and servers
48820000  -  Servers
48821000  -  Network servers
48822000  -  Computer servers
48823000  -  File servers
48824000  -  Printer servers
48825000  -  Web servers
50312300  -  Maintenance and repair of data network equipment
50312310  -  Maintenance of data network equipment
50312600  -  Maintenance and repair of information technology equipment
50312610  -  Maintenance of information technology equipment
72500000  -  Computer-related services
72700000  -  Computer network services
72910000  -  Computer back-up services
II.2.3)

Place of performance

Main site or place of performance:  
Dublin 1
II.2.4)

Description of the procurement

The Minister for Public Expenditure and Reform (the “Contracting Authority”) is issuing this request for tenders (“RFT”) as a central purchasing body for use by the Framework Clients (defined below). The Office of Government Procurement (the “OGP”) is an office within the Department of Public Expenditure and Reform tasked with sourcing goods and services on behalf of the public service. References to the Contracting Authority will be deemed to include the OGP. The Contracting Authority invites tenders (“Tenders”) from economic operators (“Tenderers”) for appointment to a multi-supplier framework agreement (the “Framework Agreement”) for the supply of the goods and associated services as described in Appendix 1 to this RFT (the “Goods”).
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Quality of approach to the delivery of Support and Maintenance Services:  /  Weighting:  300
Quality criterion  -  Name:  Quality of approach to the provision of Spare Parts:  /  Weighting:  50
Quality criterion  -  Name:  Quality of approach to Professional Technical Services.  /  Weighting:  100
Quality criterion  -  Name:  Quality of approach to the Provision of Training Services  /  Weighting:  100
Cost criterion  -  Name:  Cost  /  Weighting:  450
II.2.6)

Estimated value

Value excluding VAT: 60000000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24
This contract is subject to renewal: yes
Description of renewals:  
The Contracting Authority reserves the right, at its discretion, to extend the Term for a period or periods of up to twelve (12) months with a maximum of four (4) such extension or extensions on the same terms and conditions, subject to the Contracting Authority’s obligations at law. The Term will not exceed four (4) years in aggregate.
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.1.1)

Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:  Please refer to the Request for Tender documents associated with the notice published on www.etenders.gov.ie (RFT #163360).
III.1.2)

Economic and financial standing

List and brief description of selection criteria:  
Please refer to the Request for Tender documents associated with the notice published on www.etenders.gov.ie (RFT #163360).
Minimum level(s) of standards possibly required:  
Please refer to the Request for Tender documents associated with the notice published on www.etenders.gov.ie (RFT #163360).
III.1.3)

Technical and professional ability

List and brief description of selection criteria:  
Please refer to the Request for Tender documents associated with the notice published on www.etenders.gov.ie (RFT #163360).
Minimum level(s) of standards possibly required:  
Please refer to the Request for Tender documents associated with the notice published on www.etenders.gov.ie (RFT #163360).
III.2)

Conditions related to the contract

III.2.2)

Contract performance conditions

Please refer to the Request for Tender documents associated with the notice published on www.etenders.gov.ie (RFT #163360).

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Open procedure
IV.1.3)

Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement:  40
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:  21/02/2020
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

Duration in months : 12  (from the date stated for receipt of tender)
IV.2.7)

Conditions for opening of tenders

Date:  21/02/2020
Local time:  12:00

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  yes
VI.4)

Procedures for review

VI.4.1)

Review body

The High Court of Ireland
Dublin
IE
Telephone: +353 18886000

VI.4.3)

Review procedure

Precise information on deadline(s) for review procedures: 
Please consult with your own legal advisors