Contract award notice

Information

Published

Date of dispatch of this notice: 27/08/2020

External Reference: 2020-223884

TED Reference: 2020/S 169-409739

Contract award notice

Contract award notice

Results of the procurement procedure

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Dublin City Council
N/A
Civic Offices, Wood Quay
Dublin 8
Dublin
IE
Contact person: Claudio Libanori
Telephone: +353 012222222
Internet address(es):
Main address: www.dublincity.ie

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

Single Party Framework Agreement for the Provision of Replacement Storage Arrays and Managed Service of Enterprise Storage Environment
Reference number:  Enterprise Storage Environment
II.1.2)

Main CPV code

72317000  -  Data storage services
II.1.3)

Type of contract

Services
II.1.4)

Short description

Dublin City Council (DCC) wishes to invite tenders using the Open Procedure to establish a Single Party Framework Agreement for the supply of three (3) Storage arrays. DCC is also seeking a managed service in respect of the replacement storage arrays together with existing ancillary services. Please see Tender Documents for further details.
II.1.6)

Information about lots

This contract is divided into lots: no
II.1.7)

Total value of the procurement

Value excluding VAT:  1913071.00  EUR
II.2)

Description

II.2.2)

Additional CPV code(s)

30233100  -  Computer storage units
30233130  -  Magnetic disk storage units
30234000  -  Storage media
32580000  -  Data equipment
72253200  -  Systems support services
72315000  -  Data network management and support services
72315100  -  Data network support services
72315200  -  Data network management services
72322000  -  Data management services
II.2.3)

Place of performance

Main site or place of performance:  
Dublin City Council, Civic Offices, Wood Quay, Dublin 8
II.2.4)

Description of the procurement

Dublin City Council (DCC) wishes to invite tenders using the Open Procedure to establish a Single Party Framework Agreement for the supply of three (3) Storage arrays. DCC is also seeking a managed service in respect of the replacement storage arrays together with existing ancillary services. Please see Tender Documents for further details.
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Quality of Proposed Storage Array Replacement & Implementation Plan  /  Weighting:  3000
Quality criterion  -  Name:  Quality of Approach to Managed Service Support, Maintenance and Monitoring of the Replacement Storage Arrays and Managed Service of Enterprise Storage Environment  /  Weighting:  2000
Quality criterion  -  Name:  C. Quality of Technical Professional Services  /  Weighting:  1000
Quality criterion  -  Name:  Value Added Service  /  Weighting:  500
Cost criterion  -  Name:  Cost  /  Weighting:  3500
II.2.11)

Information about options

Options: yes
Description of options:
DCC currently has three (3) EMC VNX 5600 storage arrays approaching end of life. Dublin City Council (DCC) wishes to invite tenders using the Open Procedure to establish a Single Party Framework Agreement for the supply of three (3) Storage arrays.
DCC is also seeking a managed service in respect of the replacement storage arrays together with existing ancillary services including VPLEX, RecoverPoint and Fabric Switches. In addition, DCC is also seeking the technical professional services of suitably qualified engineers on a drawdown basis. The framework period will be for four years.
An initial contract will be awarded for a period of three years with an option to extend for two further periods of 12 months, at the sole discretion of Dublin City Council.
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 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
IV.1.8)

Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement : no
IV.2)

Administrative information

IV.2.1)

Previous publication concerning this procedure

Notice number in the OJ S: 2020/S 041-097119

Section V: Award of contract

Contract No: 1

Title: Single Party Framework Agreement for the Provision of Replacement Storage Arrays and Managed Service of Enterprise Storage Environment

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

01/06/2020
V.2.2)

Information about tenders

Number of tenders received:  1
Number of tenders received by electronic means:  1
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

Fujitsu (Ireland) Limited
9710451V
Fujitsu House, Unit 100 Airside Business Park, Swo
Swords
Co Dublin
IE
Telephone: +353 18136000
Fax: +353 18136100
Internet address: http://www.fujitsu.com/ie

The contractor is an SME : no
V.2.4)

Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot:  1913071.00  EUR

Section VI: Complementary information

VI.3)

Additional information

Additional Information – Dublin City Council
1. Dublin City Council is subject to the provisions of the Freedom of Information Act (FOI) 2014. If you consider that any of the information supplied by you is either commercially sensitive or confidential in nature, this should be highlighted and the reasons for the sensitivity specified. In such cases, the relevant material, will in response to the FOI request; be examined in the light of the exemptions provided for in the Acts.
2. It will be a condition for the award of any contract by Dublin City Council that the successful Tenderer and all sub-contractors (if applicable) produce a valid Tax Clearance Certificate from the Revenue Commissioners in compliance with Circular (43) 2006 (or as amended) and that the certificate will be maintained for the duration of the contract and will be on a 12 month basis. In the case of a non-resident Tenderer, a statement of suitability from the Revenue Commissioners will be required.
3. Suppliers must register their interest on the eTenders web site (www.etenders.gov.ie) in order to be included on the mailing list for clarifications.
4. Please note in relation to all documents, that where reference is made to a particular standard, make, source, process, trademark, type or patent, that this is not to be regarded as a de facto requirement. In all such cases it should be understood that such indications are to be treated strictly and solely for reference purposes only, to which the words "or equivalent" will always be appended.
5. Please note also that all information relating to attachments, including clarifications and changes, will be published on the Irish Government Procurement Opportunities Portal (www.etenders.gov.ie) only. Registration is free of charge. Dublin City Council will not accept responsibility for information relayed (or not relayed) via third parties.
6. The framework agreement is primarily for use by the Information Services Department, but may also be extended for use by other divisions of Dublin City Council as requirements arise.
7. Emailed/faxed/late tenders will not be accepted. Tenders may be submitted in English or in the Irish language.
8. All queries regarding this tender must be submitted through the etenders messaging facility, RFT ID 165916 Queries must be in question format. Responses will be circulated to those candidates/tenderers that have registered an interest in this notice on the Irish Government procurement opportunities portal www.etenders.gov.ie. The details of the party making the query will not be disclosed when circulating the response. All queries must be submitted by 16/03/2020 before 17:00 to enable issue of responses to all interested parties.
9. Please note that where documents are made available in both PDF and Word format, in the event that there is any discrepancy between the documents, the PDF version will take precedence.
VI.4)

Procedures for review

VI.4.1)

Review body

The High Court
Chief Registrar, High Court, Inns Quay
Dublin
Dublin 7
IE
Telephone: +353 18886000