Contract notice - utilities

Information

Published

Date of dispatch of this notice: 01/05/2020

Expire date: 05/06/2020

External Reference: 2020-254357

TED Reference: 2020/S 088-210975

Contract notice - utilities

Contract notice – utilities

Services

Directive 2014/25/EU

Section I: Contracting entity

I.1)

Name and addresses

An Post
N/A
General Post Office
Dublin
O'Connell Street
IE
Contact person: Noelle Kenneally
Telephone: +353 17058551
Fax: +353 18736828
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=166216&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.6)

Main activity

Postal services

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Single Party Framework for the Provision of 2 - Tier 3 Data Centres Co Location Services
Reference number:  2009
II.1.2)

Main CPV code

72300000  -  Data services
II.1.3)

Type of contract

Services
II.1.4)

Short description

An Post is seeking to enter into a Single Party Framework Agreement with 1 supplier only for the Provision of colocation Tier 3 Data Centre Services for a period of 5 years with the option to extend for up to a further 3 years.
To facilitate access to both sites, the Primary location must reside within 20km’s (road distance) of An Post’s HQ, currently in the GPO and Dublin City Centre. The secondary site must reside within the Republic of Ireland.
The interested parties need to be certified to the various ISO standard and PCI-DSS accreditation or equivalent. An Post require these standards as we are a major player in the payments sector which is governed by Central Bank of Ireland Regulations. Please provide evidence of the following standards:
- ISO 27001 – Information Security Management System
- ISO 90001 – Quality Management System
- ISO 22301 – Business Continuity Management
- PCI DSS
II.1.5)

Estimated total value

Value excluding VAT: 1.00  EUR
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

72311300  -  Computer time-sharing services
72315000  -  Data network management and support services
72315100  -  Data network support services
72315200  -  Data network management services
72317000  -  Data storage services
72318000  -  Data transmission services
72319000  -  Data supply services
72322000  -  Data management services
72416000  -  Application service providers
72511000  -  Network management software services
II.2.4)

Description of the procurement

An Post is seeking to enter into a Single Party Framework Agreement with 1 supplier only for the Provision of colocation Tier 3 Data Centre Services for a period of 5 years with the option to extend for up to a further 3 years.
To facilitate access to both sites, the Primary location must reside within 20km’s (road distance) of An Post’s HQ, currently in the GPO and Dublin City Centre. The secondary site must reside within the Republic of Ireland.
The interested parties need to be certified to the various ISO standard and PCI-DSS accreditation or equivalent. An Post require these standards as we are a major player in the payments sector which is governed by Central Bank of Ireland Regulations. Please provide evidence of the following standards:
- ISO 27001 – Information Security Management System
- ISO 90001 – Quality Management System
- ISO 22301 – Business Continuity Management
- PCI DSS
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: 1.00  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:  
Option to extend for a further 36 months
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.2)

Conditions related to the contract

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Negotiated procedure with prior call for competition
IV.1.3)

Information about a framework agreement or a dynamic purchasing system

Framework agreement with a single operator
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:  05/06/2020
Local time:  12:00
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English

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
Four Courts
Inns Quay
Dublin 7
IE