Contract notice

Information

Published

Date of dispatch of this notice: 09/03/2020

Expire date: 29/06/2020

External Reference: 2020-253470

TED Reference: 2020/S 051-121312

Contract notice

Cached Version

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

The Office of Government Procurement
IE3229842HH
3A Mayor Street Upper
Dublin 1. D01 PF72.
Dublin
IE
Contact person: OGP Support
NUTS code:  IE -  IRELAND
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=163889&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

Request for Tenders to establish a Multi Supplier Framework Agreement for the provision of Virtualisation Software and Associated Reseller Services
Reference number:  PROJ000005653 - ISW020F
II.1.2)

Main CPV code

72260000  -  Software-related services
II.1.3)

Type of contract

Services
II.1.4)

Short description

The Contracting Authority invites tenders (“Tenders”) from economic operators (“Tenderers”) for appointment to a multi-supplier framework agreement (the “Framework Agreement”) for the provision of the services as described in Appendix 1 to this RFT (the “Services”).
In summary, the Services comprise:
• Virtualisation Software which includes: Desktop Virtualisation, Virtual Desktop Infrastructure (VDI), Server Virtualisation, Application Virtualisation, Presentation Virtualisation, Virtualisation Management Software;
• Virtualisation Software Licensing;
• Virtualisation Software Support and Maintenance;
• Virtualisation Software Support Services;
• Virtualisation Software Professional Technical Services;
• Virtualisation Software Training Services;
• Virtualisation Software Managed Services.
Tenderers should note that all further references to licence(s) and/or licensing shall be deemed to include subscriptions where the context so admits or requires.
II.1.5)

Estimated total value

Value excluding VAT: 26500000.00  EUR
II.1.6)

Information about lots

This contract is divided into lots: yes
Tenders may be submitted for  all lots
II.2)

Description

II.2.1)

Title

ISW020F - Lot 1 VMware Virtualisation Software and Associated Reseller Services
Lot No:  1
II.2.2)

Additional CPV code(s)

48422000  -  Software package suites
48517000  -  IT software package
72261000  -  Software support services
72263000  -  Software implementation services
72265000  -  Software configuration services
72267000  -  Software maintenance and repair services
72268000  -  Software supply services
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
Main site or place of performance:  
Dublin 1
II.2.4)

Description of the procurement

The Contracting Authority invites tenders (“Tenders”) from economic operators (“Tenderers”) for appointment to a multi-supplier framework agreement (the “Framework Agreement”) for the provision of the services as described in Appendix 1 to this RFT (the “Services”).
In summary, the Services comprise:
• Virtualisation Software which includes: Desktop Virtualisation, Virtual Desktop Infrastructure (VDI), Server Virtualisation, Application Virtualisation, Presentation Virtualisation, Virtualisation Management Software;
• Virtualisation Software Licensing;
• Virtualisation Software Support and Maintenance;
• Virtualisation Software Support Services;
• Virtualisation Software Professional Technical Services;
• Virtualisation Software Training Services;
• Virtualisation Software Managed Services.
Tenderers should note that all further references to licence(s) and/or licensing shall be deemed to include subscriptions where the context so admits or requires.
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Quality of Approach to the delivery of Support Services  /  Weighting:  300
Quality criterion  -  Name:  Quality of Approach to the delivery of Professional Technical Services  /  Weighting:  300
Quality criterion  -  Name:  Quality of Approach to the delivery of Training Services  /  Weighting:  100
Cost criterion  -  Name:  Cost  /  Weighting:  300
II.2.6)

Estimated value

Value excluding VAT: 8000000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24
This contract is subject to renewal: no
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: yes
Description of options:
The Contracting Authority reserves the right, at its discretion and subject to its obligations at law, to extend the Framework 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.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)

Additional information

The Contracting Authority reserves the right, at its discretion and subject to its obligations at law, to extend the Framework 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)

Description

II.2.1)

Title

ISW020F - Lot 2 Citrix Virtualisation Software and Associated Reseller Services
Lot No:  2
II.2.2)

Additional CPV code(s)

48422000  -  Software package suites
48517000  -  IT software package
72261000  -  Software support services
72263000  -  Software implementation services
72265000  -  Software configuration services
72267000  -  Software maintenance and repair services
72268000  -  Software supply services
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
Main site or place of performance:  
Dublin 1
II.2.4)

Description of the procurement

The Contracting Authority invites tenders (“Tenders”) from economic operators (“Tenderers”) for appointment to a multi-supplier framework agreement (the “Framework Agreement”) for the provision of the services as described in Appendix 1 to this RFT (the “Services”).
In summary, the Services comprise:
• Virtualisation Software which includes: Desktop Virtualisation, Virtual Desktop Infrastructure (VDI), Server Virtualisation, Application Virtualisation, Presentation Virtualisation, Virtualisation Management Software;
• Virtualisation Software Licensing;
• Virtualisation Software Support and Maintenance;
• Virtualisation Software Support Services;
• Virtualisation Software Professional Technical Services;
• Virtualisation Software Training Services;
• Virtualisation Software Managed Services.
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Quality of Approach to the delivery of Support Services  /  Weighting:  300
Quality criterion  -  Name:  Quality of Approach to the delivery of Professional Technical Services  /  Weighting:  300
Quality criterion  -  Name:  Quality of Approach to the delivery of Training Services  /  Weighting:  100
Cost criterion  -  Name:  Cost  /  Weighting:  300
II.2.6)

Estimated value

Value excluding VAT: 15500000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24
This contract is subject to renewal: no
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: yes
Description of options:
The Contracting Authority reserves the right, at its discretion and subject to its obligations at law, to extend the Framework 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.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)

Additional information

The Contracting Authority reserves the right, at its discretion and subject to its obligations at law, to extend the Framework 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)

Description

II.2.1)

Title

ISW020F - Lot 3 Other (non specified) Virtualisation Software and Associated Reseller Services
Lot No:  3
II.2.2)

Additional CPV code(s)

48422000  -  Software package suites
48517000  -  IT software package
72261000  -  Software support services
72263000  -  Software implementation services
72265000  -  Software configuration services
72267000  -  Software maintenance and repair services
72268000  -  Software supply services
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
Main site or place of performance:  
Dublin 1
II.2.4)

Description of the procurement

The Contracting Authority invites tenders (“Tenders”) from economic operators (“Tenderers”) for appointment to a multi-supplier framework agreement (the “Framework Agreement”) for the provision of the services as described in Appendix 1 to this RFT (the “Services”).
In summary, the Services comprise:
• Virtualisation Software which includes: Desktop Virtualisation, Virtual Desktop Infrastructure (VDI), Server Virtualisation, Application Virtualisation, Presentation Virtualisation, Virtualisation Management Software;
• Virtualisation Software Licensing;
• Virtualisation Software Support and Maintenance;
• Virtualisation Software Support Services;
• Virtualisation Software Professional Technical Services;
• Virtualisation Software Training Services;
• Virtualisation Software Managed Services.
Tenderers should note that all further references to licence(s) and/or licensing shall be deemed to include subscriptions where the context so admits or requires.
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Quality of Approach to the delivery of Support Services  /  Weighting:  300
Quality criterion  -  Name:  Quality of Approach to the delivery of Professional Technical Services  /  Weighting:  300
Quality criterion  -  Name:  Quality of Approach to the delivery of Training Services  /  Weighting:  100
Cost criterion  -  Name:  Cost  /  Weighting:  300
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: no
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: yes
Description of options:
The Contracting Authority reserves the right, at its discretion and subject to its obligations at law, to extend the Framework 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.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)

Additional information

The Contracting Authority reserves the right, at its discretion and subject to its obligations at law, to extend the Framework 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.

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 document associated with the notice published on www.etenders.gov.ie (RFT ID 166775).
III.1.2)

Economic and financial standing

List and brief description of selection criteria:  
Please refer to the Request for Tender document associated with the notice published on www.etenders.gov.ie (RFT ID 166775).
Minimum level(s) of standards possibly required:  
Please refer to the Request for Tender document associated with the notice published on www.etenders.gov.ie (RFT ID 166775).
III.1.3)

Technical and professional ability

List and brief description of selection criteria:  
Please refer to the Request for Tender document associated with the notice published on www.etenders.gov.ie (RFT ID 166775).
Minimum level(s) of standards possibly required:  
Please refer to the Request for Tender document associated with the notice published on www.etenders.gov.ie (RFT ID 166775).
III.2)

Conditions related to the contract

III.2.2)

Contract performance conditions

Please refer to the Request for Tender document associated with the notice published on www.etenders.gov.ie (RFT ID 166775).

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:  9
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:  20/04/2020
Local time:  12:00
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English
IV.2.7)

Conditions for opening of tenders

Date:  20/04/2020
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

The High Court of Ireland
Dublin
IE

VI.4.3)

Review procedure

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