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

[NoticeContract]

[Directive201424]

[Section1]: [Ca]

I.1)

[NameAddressContact]

Central Bank of Ireland
N/A
PO Box 559
Dublin 1
New Wapping Street,
IE
[Contactpoint]: Michael Kavanagh
[AddressEmail]: tenders@centralbank.ie
[Nutscode]:  IE -  IRELAND
[Internets]:
I.3)

[InfoTendering]

[AddressObtainDocs]:  
http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=194938&B=ETENDERS_SIMPLE
[AddressFurtherinfo]
[AsContactsAbove]:  
[AddressSendTendersRequest]
[AddressSendTendersRequest]
[AddressToAbove]
I.4)

[CaType]

[MaintypePublicbody]
I.5)

[Mainactivity]

[MainactivEconomic]

[Section2]: [Object]

II.1)

[QuantityScopeContract]

II.1.1)

[TitleContract]

Datacentre, Hosting and Information Security Managed Services
[Fileref]:  2021P076
II.1.2)

[CpvMain]

72250000  - 
II.1.3)

[TypeContract]

[Services]
II.1.4)

[DescrShort]

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

[ValueMagnitudeEstimatedTotal]

[ValueExclVat]: 225000000.00  EUR
II.1.6)

[LotsInfo]

[DivisionLots]: [No]
II.2)

[Description]

II.2.2)

[CpvAdditional]

32580000  - 
48800000  - 
48810000  - 
48811000  - 
48820000  - 
48821000  - 
48822000  - 
48823000  - 
48825000  - 
50312600  - 
50312610  - 
72222300  - 
72251000  - 
72252000  - 
72253200  - 
72261000  - 
72265000  - 
72300000  - 
72310000  - 
72315000  - 
72315100  - 
72315200  - 
72317000  - 
72320000  - 
72321000  - 
72322000  - 
72500000  - 
72514000  - 
72590000  - 
72700000  - 
72710000  - 
72720000  - 
72910000  - 
II.2.3)

[PlacePerformance]

[Nutscode]:  IE -  IRELAND
II.2.4)

[DescrProcurement]

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)

[AwardCriteria]

[AwardCriteriaDescriptive]
II.2.6)

[ValueMagnitudeEstimated]

[ValueExclVat]: 225000000.00  EUR
II.2.7)

[DurationContractFrameworkDps]

[DurationMonths]: 84
[RenewalsSubject]: [Yes]
[RenewalsDescr]:  
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)

[VariantsInfo]

[VariantsAccepted]: [No]
II.2.11)

[OptionsInfo]

[Options]: [No]
II.2.13)

[EuProgrInfo]

[EuProgrRelated]: [No]

[Section3]: [InfoLegal]

III.1)

[ConditionsParticip]

III.1.1)

[SituationPersonalIncl]

[InfoEvaluatingRequir]:  Please refer to the PQQ document
III.1.2)

[EconomicFinancialStanding]

[InfoEvaluatingWethRequir]:  
Please refer to the PQQ document
III.1.3)

[TechnicalCapacity]

[InfoEvaluatingWethRequir]:  
Please refer to the PQQ document
III.2)

[ConditionsContract]

[Section4]: [Procedure]

IV.1)

[Description]

IV.1.1)

[TypeProcedure]

[ProctypeCompNegotiation]
IV.1.5)

[NegotiationInfo]

[NegotiationWithout]
IV.1.8)

[GpaInfo]

[GpaCovered] : [Yes]
IV.2)

[InfoAdmin]

IV.2.1)

[PubPrevious]

[NumberOj]: 2021/S 114-299682
IV.2.2)

[LimitReceiptTendersReqPart]

[Date]:  10/09/2021
[Time]:  12:00
IV.2.4)

[LanguagesAllowed]

[Language_EN]

[Section6]: [InfoComplement]

VI.1)

[RecurrenceInfo]

[RecurrentProcurement]:  [No]
VI.4)

[AppealsProcedure]

VI.4.1)

[AppealsBody]

The High Court
Inns Quay
Dublin 7
IE

VI.4.3)

[AppealsLodging]

[AppealsDeadline]: 
As set out at section 7 of the European Communities (Public Authorities’ Contracts) (Review Procedures) Regulations SI 130/2010, as amended