News

Ireland-Co. Mayo: A Full Turn Key Solution for a new Data Centre Infrastructure

Type of document: Prior information notice with call for competition
Country: Ireland
OJEU Ref: (2018/S 018-037951/EN)
Nature of contract: Service contract
Procedure: Open procedure
Regulation of procurement: EU
Type of bid required: Global bid

Prior information notice with call for competition
Services
Directive 2014/24/EU

This notice is a call for competition
Section I: Contracting authority
I.1) Name and addresses
Official name: Mayo County Council
National registration number: N/A
Postal address: Aras an Chontae
Town: Co. Mayo
Postal code: Castlebar
Country: Ireland
Contact Person: John Maughan
Telephone: +353 0872901327
Email: jmaughan@mayococo.ie
Internet address(es):
Main address:
Address of the buyer profile:

The contract is awarded by central purchasing body
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge,at:
Additional information can be obtained from:
the above mentioned address
Tenders or requests to participate must be submitted:
electronically via:
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: A Full Turn Key Solution for a new Data Centre Infrastructure
Reference number: MCC IT 01/2018
II.1.2) Main CPV code: 72222300
II.1.4) Short Description:
The Full Turn Key Solution MUST include: Supply, installation and commissioning of Hardware and Software to cover compute, storage and networking requirements, including a firewall solution. Migration of applications and associated data to this new platform, including backup and DR. Provision of ancillary items such as: Generator, UPS, Air Conditioning, Fire Suppression, Dark Fibre and WIFI. Provision of SONUS SPC 1000 CCE Gateway to match existing appliance. Provision of a managed service to cover all elements of the supplied platform including full support and training. All products supplied must come with relevant OEM Certification / Accreditation.
II.1.5) Estimated total value:
Value excluding VAT: 600000.00 Currency: EUR
II.1.6) Information about lots:
The contract is divided into lots: no
II.1.7) Total value of the procurement(excluding VAT)

II.2) Description:
II.2.2)Additional CPV code(s)
Main CPV code: 32580000
Main CPV code: 48219700
Main CPV code: 48800000
Main CPV code: 48820000
Main CPV code: 48821000
Main CPV code: 48822000
Main CPV code: 48825000
Main CPV code: 50312300
Main CPV code: 50312320
Main CPV code: 50312600
Main CPV code: 50312610
Main CPV code: 50312620
Main CPV code: 72223000
Main CPV code: 72267100
Main CPV code: 72267200
Main CPV code: 72315000
Main CPV code: 72315100
Main CPV code: 72315200
Main CPV code: 72317000
Main CPV code: 72422000

II.2.3) Place of performance
Nuts code: IE05, IE
Main site or place of performance:
Castlebar, Co. Mayo.

II.2.4) Description of the procurement
The Full Turn Key Solution MUST include: Supply, installation and commissioning of Hardware and Software to cover compute, storage and networking requirements, including a firewall solution. Migration of applications and associated data to this new platform, including backup and DR. Provision of ancillary items such as: Generator, UPS, Air Conditioning, Fire Suppression, Dark Fibre and WIFI. Provision of SONUS SPC 1000 CCE Gateway to match existing appliance. Provision of a managed service to cover all elements of the supplied platform including full support and training. All products supplied must come with relevant OEM Certification / Accreditation.

II.2.6) Estimated value:
Value excluding VAT: 600.00 Currency: EUR
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months:60
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:no
II.2.14) Additional information:
N/A.

Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.4) Objective rules and criteria for participation
List and brief description of conditions of rules and criteria:Tenderers are required to provide evidence detailing their certification to design/supply and install the solution being proposed. Certification/accreditation for all components (hardware, software and support) of the solution are a requirement (Storage, Network and compute). Note: Evidence of certification must be provided on request.
Taking account of the features of the contact/scope of the framework agreement, please provide information in relation to the following, demonstrating comparability with the contract/framework being awarded under this procurement:

III.2) Conditions related to the contract
III.2.1) Information about a particular profession
Execution of the service is reserved to a particular profession
Reference to the relevant law, regulation or administrative provision: Comprehensive evidence of Data Protection Policies and Procedures ensuring complete compliance with upcoming GDPR Regulations. Please attach all relevant Data Protection Policy documents and the name and contact details for your Data Protection Officer or designated Data Protection point of contact.

III.2.2) Contract performance conditions:
The Tenderer must describe how their proposed solution addresses each of the mandatory requirements set out below and the minimum requirements set out in the table below. The proposed equipment must meet the mandatory requirements and the technical specification minimum requirements. Tenderers must clearly describe in their response how they meet these requirements. A mere affirmation statement by the Tenderer that it can/will do so or a reiteration of tender requirements is not sufficient in this regard. If the Tenderer fails to achieve the minimum requirements they will be eliminated from the competition. The technical specifications will be evaluated in line with Appendix 2 of this document. Where indicated, marks for some specification requirements set out in the table below will be scored relative to those of other TenderersтАЩ responses.

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) Form of procedure:
Open procedure
IV.1.11) Main features of the award procedure:
As per the ITT document.

IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Time limit for receipt of expressions of interest
Date:2018-03-14
Local time:12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted:EN
IV.2.5) Scheduled date for start of award procedures:2018-03-20

Section V: Award of contract

Section VI: Complementary information
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information:
As per the ITT document.

VI.4) Procedures for review
VI.4.1) Review body
Official name: Mr. Liam Cunningham
Postal address: IT Section
Town: Castlebar
Postal code: F23WF90
Country: Ireland
Telephone: +353 949047126
E-mail: lcunningham@mayococo.ie

VI.4.2) Body responsible for mediation procedures
Official name: High Court of Ireland
Postal address: Dublin
Town: Dublin
Country: Ireland

VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
During Standstill period.

VI.4.4) Service from which information about the review procedure may be obtained
Official name: Mr. Liam Cunningham
Postal address: Mayo County Council
Town: Castlebar
Country: Ireland
Telephone: +353 949047126
E-mail: lcunningham@mayococo.ie
VI.5) Date of dispatch of this notice:2018-01-24

 

Who are we?

From publishing the first national directory of public sector contracts, to being the first to market with our online Tracker solution, we have been the true pioneers of technology and innovation in the public sector marketplace. Throughout our 39 years, we have continued to evolve and chart new territory тАУ placing our customers at the heart of everything we do. Take your business to the next level with Tracker now.

If you request a demo today!

Download your Free UK Defence Industry Report

Start Your Free Trial Today

Download your Free UK Defence Industry Report

Download your Free UK Defence Industry Report

When you sign up for a 3 day free trial or demo.

Limited time only

    BiP Solutions owns DCI and we look after your details carefully. We offer a range of products, services and events (some of which are free) that help buyers tender more efficiently and suppliers find, bid for and win public and private sector contracts. Only tick this box if you wish to receive information about these. We will never share your details with third parties and you will have the opportunity of opting out of communications every time we contact you. For further details, please see our Privacy Policy