Germany-Frankfurt-on-Main: ECB - Provision of end user computing and system operation (EUCSO) managed services 2015/S 238-431419.



Similar documents
This notice in TED website:

This notice in TED website:

This notice in TED website:

Contract notice. Services

France-Paris: Security systems and services 2014/S Contract notice. Services

L-Luxembourg: PE-ITEC-DIT-ITIM-2012/03-CLAVIS document management software 2013/S Contract notice. Supplies

Luxembourg-Luxembourg: FL/TERM15 Translation services 2015/S Contract notice. Services

Luxembourg-Luxembourg: FL/SCIENT15 Translation services 2015/S Contract notice. Services

Luxembourg-Luxembourg: FL/RAIL16 Translation services 2016/S Contract notice. Services

Business Opportunity. Title: United Kingdom-Norwich: Library concierge and security services. Document Type: Contract Notice

UK-London: IT services: consulting, software development, Internet and support 2011/S CONTRACT NOTICE. Services

Westminster City Council c/o Enterprise FM Enterprise FM 33 Tachbrook Street Town: London Postal code: SWIV 2JR. Telephone:

Official name: Department of Contracts National ID: Postal address: Notre Dame Ravelin Town: Floriana Postal code: FRN 1600

1/ 9 TED19_MLT 23/10/2015- ID: Standard form 2 - EN Tender for the Supply of Consumables for A) Microware Generator and B) Rf Generator

The EU Directives on Public Procurement

1/ 9 TED19_NRI 06/03/2016- ID: Standard form 2 - EN T1310 Provision of a Workforce Management System

1/ 12 TED19_NRI 20/08/2015- ID: Standard form 2 - EN DETI/Invest NI Trade Advisory Services in Latin America and Canada

1/ 14 TED19_NRI 20/01/2016- ID: Standard form 2 - EN Microbiology Prepared Media, Antibiotic Discs and TB System and consumables [85673]

CONTRACT NOTICE - ABOVE THRESHOLD SECTION I: CONTRACTING AUTHORITY

1/ 11 TED19_NRI 13/05/2016- ID: Standard form 2 - EN DfI TNI - T-1064 Term Contract for Minor Improvement Works 2017.

Engineering of a new coal-fired power plant at the location Stade (Northern Germany), Stade (D)

1/ 8 TED19_NRI 05/05/2016- ID: Standard form 2 - EN 001/0569/16 C6500 Photo Voltaic Installations

2, rue Mercier, 2985 Luxembourg, Luxembourg Fax:

2744 Provision of a Secure Service.

Poland-Warsaw: MyFrontex digital workplace (COTS-based intranet) 2016/S Contract notice. Services

Tender Procedure in Germany - A Guide For SuccessfulCandidates

1/ 6 TED19_MLT 18/11/2015- ID: Standard form 3 - EN Tender for the Construction of a Grade Separated Junction at Node EA15 (Kappara)

1/ 11 TED19_TFL 24/03/2016- ID: Standard form 2 - EN Rapid Charge Point Concession Framework

2, rue Mercier, 2985 Luxembourg, Luxembourg Fax:

Business Opportunity. Title: Denmark-Ballerup: Lubricating preparations. Document Type: Contract Notice

Postal address: Transport Malta, Malta Transport centre, Xatt L Ghassara Tal Gheneb, Marsa MRS 1917 Town: Marsa Postal code:mrs 1917

Project_ DRD Roads Service - Provision of the Strangford Ferry Ticketing System.

UK-Cambridge: servers 2011/S Contract notice. Supplies

BUDGET HEADING INFORMATION, CONSULTATION AND PARTICIPATION OF REPRESENTATIVES OF UNDERTAKINGS CALL FOR PROPOSALS

Doing business with the European Commission Tips for potential contractors

Surrey POISE Framework (Procurement of IT Services and Equipment).

PRIOR INFORMATION NOTICE

BOARD NOTICE COUNCIL FOR THE BUILT ENVIRONMENT. Notice No

1/ 14 ENOTICES_FortumPowerHeatPol - ID:2010-XXXXXX Standard form 5 - EN Wroclaw CCGT CHP Plant Project Manager (EPCM)

TENDER SPECIFICATIONS

VACANCY NOTICE FOR THE POST Human Resources Manager to the Bio-Based Industries Joint Undertaking (BBI-JU) Reference (to be quoted in all your

Information about Polish public procurement system of relevance to contractors applying for public procurement contracts in Poland

HR-Zagreb: IPA digital archival information system software in the Agency for Medicinal Products and Medical Devices 2012/S

Guidance on Framework Agreements

UK-Edinburgh: software development services 2009/S CONTRACT AWARD NOTICE. Services

SERVICE CONTRACT NOTICE TRAVEL AGENCY SERVICES Location: Barcelona /Spain UfM Member States

BUDGET HEADING INFORMATION, CONSULTATION AND PARTICIPATION OF REPRESENTATIVES OF UNDERTAKINGS CALL FOR PROPOSALS

Call for Tenders. Restricted procedure. OJ 2015/S of 15/07/2015

Tender for Supply, Installation and Commissioning of a Voice Communication System for Malta Air Traffic Services Ltd. Air Traffic Control Centre.

2, rue Mercier, 2985 Luxembourg, Luxembourg Fax:

Assistant Project Manager Reference (to be quoted in all your communication regarding this post): BBI/2014/2/AST-APM Temporary Agent AST 4 M/F

SPECIAL CONDITIONS FOR THE UPGRADE OF EXISTING MICROSOFT EXCHANGE SERVER 2003 TO MICROSOFT EXCHANGE SERVER 2010

Transcription:

1 / 6 This notice in TED website: http://ted.europa.eu/udl?uri=ted:notice:431419-2015:text:en:html Germany-Frankfurt-on-Main: ECB - Provision of end user computing and system operation (EUCSO) managed services 2015/S 238-431419 Contract notice Services Directive 2004/18/EC Section I: Contracting authority I.1) Name, addresses and contact point(s) European Central Bank Sonnemannstraße 22 For the attention of: Kim Riisgaard 60314 Frankfurt-on-Main GERMANY Telephone: +49 6913440 E-mail: procurement@ecb.europa.eu Fax: +49 6913447110 Internet address(es): General address of the contracting authority: http://www.ecb.europa.eu Further information can be obtained from: The above mentioned contact point(s) Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s) Tenders or requests to participate must be sent to: The above mentioned contact point(s) I.2) I.3) I.4) Type of the contracting authority European institution/agency or international organisation Main activity Economic and financial affairs Contract award on behalf of other contracting authorities The contracting authority is purchasing on behalf of other contracting authorities: no Section II: Object of the contract II.1) Description II.1.1) II.1.2) II.1.3) Title attributed to the contract by the contracting authority: Provision of end user computing and system operation (EUCSO) managed services. Type of contract and location of works, place of delivery or of performance Services Service category No 5: Telecommunications services Main site or location of works, place of delivery or of performance: Frankfurt-on-Main. NUTS code DE712 Information about a public contract, a framework agreement or a dynamic purchasing system (DPS) The notice involves the establishment of a framework agreement 1 / 6

2 / 6 II.1.4) II.1.5) II.1.6) II.1.7) II.1.8) II.1.9) II.2) II.2.1) Information on framework agreement Framework agreement with a single operator Duration of the framework agreement Duration in months: 72 Justification for a framework agreement, the duration of which exceeds four years: The initial contract duration of 6 years is deemed necessary taking into consideration a relatively long initial transition period of 1,5 2 years, as well as expected high capital investment costs and switchover costs to be borne by the contractor to implement the contract, which are not reasonable/possible to amortise with a contract duration of only 4 years. Short description of the contract or purchase(s) The European Central Bank (ECB) is launching this European-wide tender procedure for IT managed services in the area of end user computing and data centre IT infrastructure. The objective of the contract is to have a managed service provider (MSP) who takes over all activities and responsibilities for the operation, maintenance and support (this includes manufacturer support of all different hardware and software components) of the services and all the components in the following IT areas (building blocks): 1. service desk (first level support); 2. IT support (second level support); 3. end user equipment (hardware); 4. end user computing (software); 5. system operations; 6. data centre IT infrastructure. The contract includes services to install, operate, upgrade, support and maintain the end user computing and the data centre IT infrastructure as a fully managed service. The managed service will be based on agreed service level agreements. The ECB will purchase the components, software and hardware, that comprise the end user computing (except for the Citrix/VDI services) and the data centre IT infrastructure. All the different hardware and software components shall be located in ECB premises and integrated into the ECB IT environment. Common procurement vocabulary (CPV) 30000000, 30200000, 30210000, 30230000, 48000000, 72000000 Information about Government Procurement Agreement (GPA) The contract is covered by the Government Procurement Agreement (GPA): yes Lots This contract is divided into lots: no Information about variants Variants will be accepted: no Quantity or scope of the contract Total quantity or scope: The services in the scope of this tender are currently provided by the IT department of the ECB for around 4 900 end users in several buildings located in the city of Frankfurt-on-Main. It also includes the operation of approximatively 536 physical servers, 1 564 virtual servers and 88 business and technical services in 2 data centres. Currently the services in the scope of this tender are delivered by a team of 89 FTEs, including management as well as execution of the services. 2 / 6

3 / 6 II.2.2) II.2.3) II.3) The contract shall be in effect for an initial period of 72 months from the day of the signature (including a transition phase of approximately 6 months). The contract can be extended for up to 2 additional years, thus leading to a maximum contract duration of 8 years. Information about options Options: no Information about renewals This contract is subject to renewal: yes Number of possible renewals: 1 In the case of renewable supplies or service contracts, estimated timeframe for subsequent contracts: in months: 24 (from the award of the contract) Duration of the contract or time limit for completion Duration in months: 72 (from the award of the contract) Section III: Legal, economic, financial and technical information III.1) Conditions relating to the contract III.1.1) III.1.2) III.1.3) III.1.4) III.2) III.2.1) III.2.2) III.2.3) Deposits and guarantees required: No deposit is required, but where applicable, the successful tenderer (or in the case of a successful consortium bid, each member of the consortium) may be required to provide a parent company guarantee. Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them: In accordance with the terms and conditions of the contract. Legal form to be taken by the group of economic operators to whom the contract is to be awarded: The establishment of a temporary grouping is allowed under the conditions laid down in the call for applications/ invitation to tender. Other particular conditions The performance of the contract is subject to particular conditions: no Conditions for participation Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers Information and formalities necessary for evaluating if the requirements are met: Please see the details in the tender documentation to be requested from the contact point indicated in Sections I.1 and VI.3. Economic and financial ability Information and formalities necessary for evaluating if the requirements are met: Please see the details in the tender documentation to be requested from the contact point indicated in Sections I.1 and VI.3. Minimum level(s) of standards possibly required: (a) Provide evidence of sufficient professional risk indemnity insurance and/or third party/civil liability insurance to cover damages at least up to the following amounts: personal damages up to 1 000 000 EUR per injury, with a minimum total limit per year of 3 000 000 EUR, damages to property and financial losses up to 5 000 000 EUR per case of damage or loss, with a minimum total limit per year of 10 000 000 EUR. (b) Accumulated net turnover for similar services or supplies covered by the contract of 60 000 000 EUR per year for the last 3 financial years. Technical capacity Information and formalities necessary for evaluating if the requirements are met: 3 / 6

4 / 6 III.2.4) III.3) III.3.1) III.3.2) Please see the details in the tender documentation to be requested from the contact point indicated in Sections I.1 and VI.3. Minimum level(s) of standards possibly required: (a) The applicants shall provide proof that they have a suitably experienced/qualified workforce that enables them to deliver services of a comparable size and complexity that are relevant to the scope of the contract in a timely manner (minimum workforce of at least 500 persons). (b) The applicants shall provide proof that they have appropriate policies, processes and methodologies in place for quality assurance, IT security, IT service management and project management such as ISO 20000, ISO 27001 and ISO 9000 or equivalent standards. (c) The applicants shall confirm their operational capacity to provide support remotely and on site at ECB premises (24/7), through a single point of contact (helpdesk), in the English language, and applying a multitiered escalation process. (d) At least 5 similar contracts performed during the last 3 financial years, which are comparable in terms of scope, size and complexity with the contract tendered by the ECB. (e) The applicants shall hold an official partner status with the manufacturers of the following hardware and software components (HP, Cisco, Lenovo, FlexPod, Oracle, Citrix, VMware) required to maintain the existing technologies and to deliver the requested services. Information about reserved contracts Conditions specific to services contracts Information about a particular profession Execution of the service is reserved to a particular profession: no Staff responsible for the execution of the service Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no Section IV: Procedure IV.1) Type of procedure IV.1.1) IV.1.2) IV.1.3) IV.2) IV.2.1) IV.2.2) IV.3) Type of procedure Negotiated Some candidates have already been selected (if appropriate under certain types of negotiated procedures) no Limitations on the number of operators who will be invited to tender or to participate Envisaged number of operators: 5 Reduction of the number of operators during the negotiation or dialogue Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated yes Award criteria Award criteria The most economically advantageous tender in terms of the criteria stated below 1. Price. Weighting 50 2. Quality. Weighting 50 Information about electronic auction An electronic auction will be used: no Administrative information 4 / 6

5 / 6 IV.3.1) IV.3.2) IV.3.3) IV.3.4) IV.3.5) IV.3.6) IV.3.7) IV.3.8) File reference number attributed by the contracting authority: PRO-001303. Previous publication(s) concerning the same contract no Conditions for obtaining specifications and additional documents or descriptive document Payable documents: no Time limit for receipt of tenders or requests to participate 18.1.2016-18:00 Date of dispatch of invitations to tender or to participate to selected candidates Language(s) in which tenders or requests to participate may be drawn up English. Minimum time frame during which the tenderer must maintain the tender Conditions for opening of tenders Section VI: Complementary information VI.1) Information about recurrence This is a recurrent procurement: yes Estimated timing for further notices to be published: 6 8 years. VI.2) VI.3) Information about European Union funds The contract is related to a project and/or programme financed by European Union funds: no Additional information The documentation for this procurement procedure can be downloaded from an Internet platform. If you are interested in participating, please register via the Internet platform using the following Internet address: https:// www.ecb.europa.eu/secure/procurement/login.html User ID: 001303/IS/INO/2015 Password: 4F0730 After you have registered, an e-mail will be sent to you with a new user name and password. The Internet address will remain the same. Please use the new user name and password to download the application/tender documentation. However, your mere registration and downloading the documentation does not constitute an application/tender. You must submit your application/tender in hard copy version to the ECB, on time, in the format requested and including the content as further instructed in the application/tender documentation. Should you experience any problems in accessing the Internet platform for registration and/or downloading the application/tender documentation please do not hesitate to contact the ECB at the following e-mail address: procurement@ecb.europa.eu quoting the procurement number and problem experienced. The ECB shall endeavour to answer all queries concerning access as quickly as possible but cannot guarantee a minimum response time. The ECB shall not be bound to reply to queries received less than 7 calendar days before the time limit for the submission of tenders. The tender procedure shall be open on equal terms to all natural or legal persons resident or located in the European Union and to all natural and legal persons resident or located in a country which has ratified the World Trade Organisation Agreement on Government Procurement or has concluded with the European Union a bilateral agreement on procurement under the conditions laid down in the said agreements. 5 / 6

6 / 6 VI.4) VI.4.1) VI.4.2) VI.4.3) VI.5) The tender procedure is conducted in accordance with the Decision of the European Central Bank of 3.7.2007 laying down the Rules on Procurement (ECB/2007/5) (as amended), available on the ECB website at http:// www.ecb.europa.eu (please look for the link for suppliers ). During the tender procedure tenderers shall not contact any other ECB staff members or organisations/ persons working for the ECB with regard to this tender procedure other than the person indicated in Section I.1. Tenderers shall also not contact potential competitors unless they intend to form a temporary grouping with them or to involve them as subcontractors. Any violation of this communication rule may lead to the exclusion of the tenderer in question. Procedures for appeal Body responsible for appeal procedures Procurement Review Body of the ECB, c/o Legal Advice Team Sonnemannstraße 22 60314 Frankfurt-on-Main GERMANY E-mail: legaladviceteam@ecb.europa.eu Telephone: +49 6913446886 Body responsible for mediation procedures European Ombudsman 1 avenue du Président Robert Schuman 67001 Strasbourg FRANCE Lodging of appeals Precise information on deadline(s) for lodging appeals: 15 days from the receipt of the information specified in Article 28(3) of the Decision of the European Central Bank of 3.7.2007 laying down the Rules on Procurement (ECB/2007/5) or, if no information is requested, 15 days from the receipt of the notification to unsuccessful tenderers. Further requirements are outlined in Article 33 of this Decision. A complaint to the European Ombudsman does not affect the deadline for lodging appeals. Service from which information about the lodging of appeals may be obtained Date of dispatch of this notice: 27.11.2015 6 / 6