This notice in TED website: http://ted.europa.eu/udl?uri=ted:notice:181811-2012:text:en:html



Similar documents
This notice in TED website:

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

Germany-Frankfurt-on-Main: ECB - Supply and maintenance of network and WDM components 2015/S Contract notice. Services

This notice in TED website:

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

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

This notice in TED website:

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

Norway-Trondheim: Architectural, engineering and planning services 2016/S Contract notice. Services

Contract award notice. Services

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

East Sussex Business Centres - Building Design Services.

United Kingdom-London: IT services: consulting, software development, Internet and support 2015/S Contract notice.

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

United Kingdom-Worcester: Facilities management software package and software package suite 2016/S Contract notice.

1/ 9 TED19_NRI 13/03/2016- ID: Standard form 2 - EN PSNI - Supply of Pyrotechnics

1/ 8 TED19_SCC 27/05/2016- ID: Standard form 2 - EN Social Care Case Management System and Associated Modules

FOUNDATION TRUST. 5 - European Communities, with participation by GPA countries

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

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

DK-Kastrup: enterprise resource planning software package 2010/S CONTRACT NOTICE - UTILITIES. Services

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

Town: Bruxelles Postal code: 1000

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

1/ 10 TED19_NRI 14/04/2016- ID: Standard form 2 - EN RI DEL-DELIVERY OF THE WORKABLE (NI) PROGRAMME

The EU Directives on Public Procurement

Contract notice utilities. Supplies

D-Frankfurt-on-Main: ECB - invitation to tender facility management services 2011/S Contract notice

CONTRACT NOTICE - ABOVE THRESHOLD SECTION I: CONTRACTING AUTHORITY I.1) NAME, ADDRESSES AND CONTACT POINT(S)

Service Contracts - A Guide toEC terms and Policies

CONTRACT NOTICE - ABOVE THRESHOLD SECTION I: CONTRACTING AUTHORITY

1/ 9 TED19_SCC 29/04/2015- ID: Standard form 2 - EN Passenger Transport (LBS) - CON116 Ipswich to Wetheringsett.

1/ 11 TED19_NRI 15/05/2016- ID: Standard form 2 - EN Patient Procedure Trolleys and Associated Equipment (350108)

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

SECTION I: CONTRACTING AUTHORITY SECTION II: OBJECT OF THE CONTRACT II.1 DESCRIPTION I.1 NAME, ADDRESSES AND CONTACT POINT(S)

1/ 9 TED19_NRI 24/04/2016- ID: Standard form 2 - EN ID DCAL/NMNI PR and Corporate Communications

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

1/ 9 TED19_NRI 28/04/2016- ID: Standard form 2 - EN Production and presentation of a themed projectection light show

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

1/ 9 TED19_NRI 05/08/2015- ID: Standard form 2 - EN Invest NI - Provision of Patent Appraisal Services

1/ 13 TED19_NRI 28/01/2016- ID: Standard form 2 - EN Bipolar Forceps Single Use and Reusable [244466]

2, rue Mercier, 2985 Luxembourg, Luxembourg Fax:

B-Diegem: facilities management services 2011/S CONTRACT NOTICE - UTILITIES. Services

1/ 9 TED19_NRI 30/01/2016- ID: Standard form 2 - EN Provision and Training for a Cyber Forensics and Security System

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

1/ 10 TED19_NRI 10/04/2016- ID: Standard form 2 - EN DETI / Invest NI Design for Business Support Service

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

2744 Provision of a Secure Service.

1/ 9 TED19_TFL 27/05/2016- ID: Standard form 2 - EN 639 Tottenham High Road - Enterprise Centre

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

Tender Procedure in Germany - A Guide For SuccessfulCandidates

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

Drain cleaning and maintenance surveys.

United Kingdom-London: Pest-control services 2016/S Contract notice. Services

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

Town: London Postal code: SE1 8MJ

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

Doing business with the European Commission Tips for potential contractors

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

1/ 5 TED19_MLT 15/12/2015- ID: Standard form 3 - EN Provision of Servers and Maintenance and Support Services - T044/15

Gateway Housing Association Domestic Gas Service, Repair and Boiler Replacement Contract.

Department of Agriculture and Rural Development, Forest Service Dundonald House Upper Newtownards Road. Town: BELFAST Postal code: BT4 3SB

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

1/ 5 TED19_MLT 12/12/2014- ID: Standard form 3 - EN Supply for Urine Leg Bags 750ml. Notre Dame Ravelin Town: Floriana Postal code:frn 1600

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

Notre Dame Ravelin Town: Floriana Postal code:frn 1600

CONTRACT NOTICE - ABOVE THRESHOLD SECTION I: CONTRACTING AUTHORITY I.1) NAME, ADDRESSES AND CONTACT POINT(S)

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)

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

France-Strasbourg: IT services: consulting, software development, Internet and support 2014/S Contract notice.

CONTRACT NOTICE - ABOVE THRESHOLD SECTION I: CONTRACTING AUTHORITY

2, rue Mercier, 2985 Luxembourg, Luxembourg Fax:

2, rue Mercier, 2985 Luxembourg, Luxembourg Fax:

Cleaning services, Sogn og Fjordane Police district.

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

Pre-Qualification Questionnaire

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

1/ 7 TED19_MLT 25/05/2016- ID: Standard form 3 - EN Tender for the Supply of Oxygenators and Tubing Packs

Section I: Contracting authority/entity I.1) Name, addresses and contact point(s) Forsvarsministeriets Materiel- og Indkøbsstyrelse

SECTION I: CONTRACTING AUTHORITY I.1) NAME, ADDRESSES AND CONTACT POINT(S)

Annex A: Pre-Qualification Questionnaire Core Questions

303 Airport Road West Town: BELFAST Postal code:bt3 9ED. Contact point(s): Telephone: For the attention of:

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

PRIOR INFORMATION NOTICE SECTION I: CONTRACTING AUTHORITY I.1) NAME, ADDRESSES AND CONTACT POINT(S) Official name:

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

External aid programmes - Service contract - Contract notice - Restricted procedure

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

ARCCA Supercomputer. Info. Buyer. Version changes Contract award. Publish date 7/19/2012 4:12 AM. Version 2

Invitation to Tender Document Supply of Content Management Service (Websites and Social Media) Chamber International

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

The Joint Technology Initiative will engage up to 3.7 billion for the period

Guidance on Framework Agreements

ANNEX IV Procurement by grant Beneficiaries in the context of European Union external actions 1

Market Research Commercial Questions

Italy-Milan: Thermal power plant construction work 2015/S Contract notice utilities. Works

Drupal RFT - for the provision of Drupal Professional Services and Support.

Transcription:

1/7 This notice in TED website: http://ted.europa.eu/udl?uri=ted:notice:181811-2012:text:en:html D-Frankfurt-on-Main: ECB - data centre infrastructure management (DCIM) system, out-of-band management devices and related centralised management software 2012/S 110-181811 Contract notice Services Directive 2004/18/EC Section I: Contracting authority I.1) Name, addresses and contact point(s) European Central Bank Kaiserstraße 29 Contact point(s): For downloading tender documentation, please see Section VI.3 For the attention of: Fadila Ben Meradi 60311 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) Title attributed to the contract by the contracting authority: Data centre infrastructure management (DCIM) system, out-of-band management devices and related centralised management software. Type of contract and location of works, place of delivery or of performance Services Service category No 7: Computer and related services Main site or location of works, place of delivery or of performance: Frankfurt-on-Main. NUTS code DE712 1/7

2/7 II.1.3) II.1.4) II.1.5) II.1.6) II.1.7) II.1.8) II.1.9) II.2) II.2.1) II.2.2) II.2.3) II.3) Information about a public contract, a framework agreement or a dynamic purchasing system (DPS) The notice involves the establishment of a framework agreement Information on framework agreement Framework agreement with a single operator Duration of the framework agreement Duration in years: 4 Estimated total value of purchases for the entire duration of the framework agreement Estimated value excluding VAT: Range: between 1 000 000 and 2 000 000 EUR Short description of the contract or purchase(s) In order to efficiently and effectively manage its distributed data centres, the ECB is looking at the acquisition of a modular data centre infrastructure management system (DCIM system). The system is primarily required, to deal, in a holistic manner, with space and rack management, power monitoring and management, cabling documentation management, activity planning (add, move and changes, what if simulation, activity lists), capacity planning, reporting and statistics. Furthermore, the ECB needs to equip its data centres and technical rooms with a set of devices commonly used to access IT components for out-of-band management/administration purposes. These devices are expected to be managed by a common platform management tool which must permit centralised management and offer a central point of access. Common procurement vocabulary (CPV) 48000000, 30230000, 30231100, 30231200, 30236000 Information about Government Procurement Agreement (GPA) The contract is covered by the Government Procurement Agreement (GPA): yes Lots This contract is divided into lots: yes Tenders may be submitted for one or more lots Information about variants Variants will be accepted: no Quantity or scope of the contract Total quantity or scope: Estimated value excluding VAT: Range: between 1 000 000 and 2 000 000 EUR Information about options Options: no Information about renewals This contract is subject to renewal: yes Number of possible renewals: Range: between 1 and 2 In the case of renewable supplies or service contracts, estimated timeframe for subsequent contracts: in months: 48 (from the award of the contract) Duration of the contract or time limit for completion Duration in months: 96 (from the award of the contract) Information about lots Lot No: 1 2/7

3/7 Lot title: Data centre infrastructure management system 1) Short description In order to efficiently and effectively manage its distributed data centres, the ECB is looking at the acquisition of a modular data centre infrastructure management system (DCIM system). 2) Common procurement vocabulary (CPV) 48000000 3) Quantity or scope This lot encompasses the following scope: provision of the required modular DCIM software and related licence(s), covering the following functionalities: space and rack management, power monitoring and management (i.e. power distribution units (PDUs) and power sockets), cabling documentation management, activity planning (add, move and changes, what if simulation, activity lists), capacity planning, reporting and statistics, standard support and maintenance services related to the DCIM system, installation, set-up and documentation of the DCIM system, additional consultancy services (e.g. for establishing/tuning the system, collecting/verifying the adherence of the documentation base with the reality in the field, populating the system database, organising information/ views, defining dashboard, reports and statistics, integrating of additional computer rooms/data centres, integration with other platforms, addition of additional modules, etc.), training material and sessions on the provided software (knowledge transfer). 4) Indication about different date for duration of contract or starting/completion 5) Additional information about lots Lot No: 2 Lot title: Out-of-band management devices and related management software 1) Short description The ECB needs to equip its data centres and technical rooms with a set of devices commonly used to access IT components for out-of-band management/administration purposes. These devices are expected to be managed by a common platform management tool which must permit centralised management and offer a central point of access for the terminal servers/console servers and the IP KVMs. 2) Common procurement vocabulary (CPV) 48000000, 30230000, 30231100, 30231200, 30236000 3) Quantity or scope This lot encompasses the following scope: delivery of the needed out-of-band devices and provision of the related software licences, e.g. terminal/ console servers, IP-based KVM switches, combined terminal/console servers and IP- based KVMs and LCD consoles, common platform management tool and related licence(s), standard support and maintenance services related to the offered devices and management software, installation, set-up and documentation of the out-of-band management devices, installation, set-up and documentation of the common platform management tool, additional consultancy services (e.g. for tuning, integration, etc.), training material and sessions on the devices and management platform. 4) Indication about different date for duration of contract or starting/completion 5) Additional information about lots 3/7

4/7 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) commitment to provide, upon contract signature, evidence of sufficient professional risk indemnity insurance and/or third party/civil liability insurance; b) an annual net turnover in the last 3 financial years (i.e. 2009, 2010, and 2011) of at least 2 000 000 EUR. In the case of a temporary grouping, the main contractor of the grouping shall have achieved on its own 60 % of the above amount; c) at least an average of 50 employees in each of the last 3 years (i.e. 2009, 2010 and 2011). Technical capacity 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: The tenderers' technical and professional capacity will be assessed on the applicant's general capacity to carry out a project of the reach described in the tender documentation on the basis of the following criteria, for the fulfilment of which the tenderers will need to provide documentation: a) evidence that the company can provide services to the ECB, at any technical level (e.g. 1st, 2nd, and 3rd line of support), in service and contract management using the English language demonstrating a command of English of at least B2 level; b) evidence of a minimum of 2 3rd line support people and experts specialised in the proposed DCIM system, in each of the previous 3 years (i.e. 2009, 2010 and 2011); c) evidence of a minimum of 4 2nd line support persons specialised in the proposed DCIM system in each of the previous 3 years (i.e. 2009, 2010 and 2011); 4/7

5/7 III.2.4) III.3) III.3.1) III.3.2) d) 3 references for similar contracts of equivalent size and scope (i.e. with about 250 racks distributed in several computer rooms), that were successfully completed (i.e. achieved final acceptance in production) in the last 3 years (i.e. 2009, 2010 and 2011); e) at least 3 active maintenance and support contracts with 3 different companies and/or public institutions with more than 500 employees in relation to the services to be provided. 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) IV.3.1) IV.3.2) IV.3.3) IV.3.4) IV.3.5) IV.3.6) IV.3.7) Type of procedure Negotiated Limitations on the number of operators who will be invited to tender or to participate Envisaged minimum number 3: and maximum number 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 in the specifications, in the invitation to tender or to negotiate or in the descriptive document Information about electronic auction An electronic auction will be used: no Administrative information File reference number attributed by the contracting authority: 20772/IS/INO/2011. Previous publication(s) concerning the same contract no Conditions for obtaining specifications and additional documents or descriptive document Time limit for receipt of requests for documents or for accessing documents: 5.7.2012-12:00 Payable documents: no Time limit for receipt of tenders or requests to participate 20.7.2012-12:00 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 5/7

6/7 IV.3.8) Conditions for opening tenders Section VI: Complementary information VI.1) Information about recurrence This is a recurrent procurement: no VI.2) VI.3) VI.4) VI.4.1) VI.4.2) 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 Internet address: https://www.ecb.europa.eu/secure/procurement/admin-lkym.html?procid=20772/is/ INO/2011 User ID: 20772/IS/INO/2011 Password: F13357 After having 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 procurement documentation. Should you experience any problems in accessing the Internet platform for registration and/or downloading the procurement documentation please do not hesitate to contact us under the following e-mail address: procurement@ecb.europa.eu quoting the procurement number and describing the problem experienced. 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. The ECB shall exclude tenderers that are in one of the situations described in Article 24(4) of Decision ECB/2007/5 (e.g. conviction for fraud or corruption) or put on a blacklist in accordance with Article 24(7) of Decision ECB/2007/5. The ECB may exclude tenderers that are in one of the situations described in Article 24(5) of Decision ECB/2007/5 (e.g. insolvency; grave professional misconduct; misrepresentation). Further information about ECB procurement rules and procedures may be obtained at http://www.ecb.europa.eu/ecb/jobsproc/tenders/html/ index.en.html Procedures for appeal Body responsible for appeal procedures Procurement Review Body of the ECB, c/o Legal Advice Team Kaiserstraße 29 60311 Frankfurt-on-Main GERMANY E-mail: legaladviceteam@ecb.europa.eu Fax: +49 6913446886 Body responsible for mediation procedures The European Ombudsman 1 avenue du Président Robert Schuman, CS 30403 Strasbourg FRANCE Lodging of appeals 6/7

7/7 VI.4.3) VI.5) Precise information on deadline(s) for lodging appeals: 15 days from the receipt of the information specified in Article 28(3) of the ECB procurement rules (see Section VI.3) 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 the ECB procurement rules (see Section VI.3). The complaint to the European Ombudsman does not affect the submission deadline nor does it create a new deadline by which complaints can be submitted. Service from which information about the lodging of appeals may be obtained Date of dispatch of this notice: 31.5.2012 7/7