Contract notice

Information

Published

Date of dispatch of this notice: 06/08/2021

Expire date: 24/09/2021

External Reference: 2021-257088

TED Reference: 2021/S 154-409479

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Central Bank of Ireland
N/A
PO Box 559
Dublin 1
New Wapping Street,
IE
Contact person: Michael Kavanagh
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=194938&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

Body governed by public law
I.5)

Main activity

Economic and financial affairs

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Datacentre, Hosting and Information Security Managed Services
Reference number:  2021P076
II.1.2)

Main CPV code

72250000  -  System and support services
II.1.3)

Type of contract

Services
II.1.4)

Short description

The contract is for the provision of datacentre hosting, systems management, information security, steady-state and project services.
II.1.5)

Estimated total value

Value excluding VAT: 225000000.00  EUR
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

32580000  -  Data equipment
48800000  -  Information systems and servers
48810000  -  Information systems
48811000  -  E-mail system
48820000  -  Servers
48821000  -  Network servers
48822000  -  Computer servers
48823000  -  File servers
48825000  -  Web servers
50312600  -  Maintenance and repair of information technology equipment
50312610  -  Maintenance of information technology equipment
72222300  -  Information technology services
72251000  -  Disaster recovery services
72252000  -  Computer archiving services
72253200  -  Systems support services
72261000  -  Software support services
72265000  -  Software configuration services
72300000  -  Data services
72310000  -  Data-processing services
72315000  -  Data network management and support services
72315100  -  Data network support services
72315200  -  Data network management services
72317000  -  Data storage services
72320000  -  Database services
72321000  -  Added-value database services
72322000  -  Data management services
72500000  -  Computer-related services
72514000  -  Computer facilities management services
72590000  -  Computer-related professional services
72700000  -  Computer network services
72710000  -  Local area network services
72720000  -  Wide area network services
72910000  -  Computer back-up services
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
II.2.4)

Description of the procurement

The Central Bank is seeking to procure a full suite of IT services including:
- Datacentre hosting and management, to Uptime institute Tier 3 standards or better
- Network and systems administration and management, including patching and
maintenance, of a mixed virtual and physical estate (predominantly VMware and
Windows based)
- Application & middleware administration and management, including patching and
maintenance
- Cloud management and integration
- Information Security services
- Service management services, including steady-state and project delivery, aligned and
integrated to the Central Bank’s ITIL standards and tooling
The provision of an Uptime Institute-equivalent Tier3 datacentre and migration to this facility will be required as part of the transition tasks.
The Central Bank is in the process of developing and transforming the nature and delivery of its IT services, and the successful Tenderer will be required to both maintain the steady-state running of the Central Bank’s IT systems and partner with the Central Bank to research, design, implement and maintain new IT technologies and ways of working as part of this transformation. The successful Tenderer will therefore have to manage and deliver change projects, both large and small, throughout the duration of the contract. Accordingly, both the scope and value of the contract may vary significantly over its lifetime.
The requirement is for a single supplier to be accountable for the delivery of all the above services, though this single supplier may form a group in order to use subcontractors for the delivery of individual services over the lifetime of the contract. Interested parties should note there are specific requirements with regards to the provision of security services, which are set out in the attached PQQ.
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: 225000000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 84
This contract is subject to renewal: yes
Description of renewals:  
The duration of the Contract is intended to be seven (7) years although the Central Bank has the right to terminate it earlier. The Central Bank also has the right to extend the duration of the Contract by up to three (3) consecutive 12-month periods, so that the Contract may ultimately have a maximum total duration of ten (10) 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.1.1)

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 PQQ document
III.1.2)

Economic and financial standing

List and brief description of selection criteria:  
Please refer to the PQQ document
III.1.3)

Technical and professional ability

List and brief description of selection criteria:  
Please refer to the PQQ document
III.2)

Conditions related to the contract

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Competitive procedure with negotiation
IV.1.5)

Information about negotiation

The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations
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.2.1)

Previous publication concerning this procedure

Notice number in the OJ S: 2021/S 114-299682
IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  10/09/2021
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

The High Court
Inns Quay
Dublin 7
IE
Internet address: https://www.courts.ie

VI.4.3)

Review procedure

Precise information on deadline(s) for review procedures: 
As set out at section 7 of the European Communities (Public Authorities’ Contracts) (Review Procedures) Regulations SI 130/2010, as amended