Contract notice

Information

Published

Date of dispatch of this notice: 11/11/2022

Expire date: 15/12/2022

External Reference: 2022-251318

TED Reference: 2022/S 221-636614

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Donegal County Council
N/A
County House
Co Donegal
Lifford
IE
Contact person: Sean Dunnion
Telephone: +353 749153900
NUTS code:  IE041 -  Border
Internet address(es):
I.2)

Joint procurement

The contract is awarded by a central purchasing body
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=228560&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

Hybrid Cloud Infrastructure Solution & Associated Equipment and Services for Donegal County Council
II.1.2)

Main CPV code

51610000  -  Installation services of computers and information-processing equipment
II.1.3)

Type of contract

Services
II.1.4)

Short description

Donegal County Council is seeking the supply and installation of Hyper Converged Infrastructure solution at our headquarters in Lifford, County Donegal. The solution must include all relevant hardware and software to enable an active/active deployment encompassing High Availability and Disaster Recovery and meeting the solution requirements detailed hereunder. We are seeking a stretched cluster design and that each side of the cluster should be capable of running 100% of the workload.
II.1.5)

Estimated total value

Value excluding VAT: 675000.00  EUR
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

30200000  -  Computer equipment and supplies
30211300  -  Computer platforms
48800000  -  Information systems and servers
48820000  -  Servers
48821000  -  Network servers
72120000  -  Hardware disaster-recovery consultancy services
72222300  -  Information technology services
72910000  -  Computer back-up services
II.2.3)

Place of performance

NUTS code:  IE041 -  Border
II.2.4)

Description of the procurement

Donegal County Council is seeking the supply and installation of Hyper Converged Infrastructure solution at our headquarters in Lifford, County Donegal. The solution must include all relevant hardware and software to enable an active/active deployment encompassing High Availability and Disaster Recovery and meeting the solution requirements detailed hereunder. We are seeking a stretched cluster design and that each side of the cluster should be capable of running 100% of the workload.
The primary datacentre is located on the second floor of the County House building. The secondary datacentre is located 260m down the street on the ground floor of the ‘Three Rivers Centre’ building complete with independent power and independent networking. The buildings are connected via switch stacks at both ends comprising of 4 x Cisco Catalyst 9200L 10G switches. These are 40Gbps stacks with a 20GB fibre trunk connection between the County House and the Three Rivers Centre. Both datacentres are connected to Government Networks via separate 1GB links for added resiliency.
The Contracting Authority requires an efficient and cost-effective fully integrated on-premise and Cloud based solution that will deliver compute & storage resources, including replication, backup and disaster recovery for all virtual machines. The solution must be application aware and file level backup enabled for all business applications and also be capable of backing up a small number of physical servers.
Existing Donegal County Council VMware software licensing must be re-used within the solution proposed. Any additional licensing uplift / upgrade costs, required to enable the relevant solution features / functionality, must be included and detailed within the proposal.
Support and maintenance for the complete solution for a period of 5 x years must be included, including backup retention which meets the SLA required and detailed in Section 1.4.
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: 675000.00  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:  
The Contracting Authority reserves the right to extend the term for a period or periods of up to two (2) years with a maximum of two (2) such extension or extensions on the same terms and conditions, subject to the Contracting Authority’s obligations at law.
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 to extend the term for a period or periods of up to two (2) years with a maximum of two (2) such extension or extensions on the same terms and conditions, subject to the Contracting Authority’s obligations at law.
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:  As stated in the procurement documents.
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:  15/12/2022
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 : 6  (from the date stated for receipt of tender)
IV.2.7)

Conditions for opening of tenders

Date:  15/12/2022
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 of Ireland
Four Courts, Inns Quay
Dublin 7
IE

VI.4.2)

Body responsible for mediation procedures

High Court of Ireland
Four Courts, Inns Quay
Dublin 7
IE

VI.4.4)

Service from which information about the review procedure may be obtained

High Court of Ireland
Four Courts, Inns Quay
Dublin 7
IE