Služby - 111750-2015

Zobraziť úsporné zobrazenie

01/04/2015    S64

Netherlands-The Hague: ICT racks, cabling and other passive and active infrastructure elements including related services

2015/S 064-111750

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

I.1)Name, addresses and contact point(s)

Official name: Europol
Postal address: Eisenhowerlaan 73
Town: The Hague
Postal code: 2517 KK
Country: Netherlands
For the attention of: Procurement Office
E-mail: procurement@europol.europa.eu
Telephone: +31 703531681
Fax: +31 703180808

Internet address(es):

General address of the contracting authority: http://www.europol.europa.eu

Electronic access to information: https://etendering.ted.europa.eu/cft/cft-display.html?cftId=779

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)Type of the contracting authority
European institution/agency or international organisation
I.3)Main activity
Public order and safety
I.4)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)Title attributed to the contract by the contracting authority:
ICT racks, cabling and other passive and active infrastructure elements including related services.
II.1.2)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: The Hague, Netherlands.

NUTS code NL332 Agglomeratie 's-Gravenhage

II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves the establishment of a framework agreement
II.1.4)Information on framework agreement
Framework agreement with a single operator

Duration of the framework agreement

Duration in years: 10
Justification for a framework agreement, the duration of which exceeds four years: The exceptional contract duration is required due to the specific requirements of the goods and services included in the scope of the tender, for example extended maintenance.

Estimated total value of purchases for the entire duration of the framework agreement

Estimated value excluding VAT: 10 000 000 EUR
II.1.5)Short description of the contract or purchase(s)
This tender is needed to be able to order goods and services related to standard and custom-made ICT racks for Europol sites.
— Goods: includes but not limited to standard and custom-built ICT racks with related copper and/or fibre backbone/patch cabling, active and passive infrastructure elements such as but not limited to uninterruptible power supply (UPS), power distribution unit (PDU), door-locking mechanism, cameras, KVM switches (keyboard, video and mouse) and remote management solutions.
— Services: includes but not limited to installation of goods, implementation and configuration of software, consultancy, project management, training, transport, storage and support (on-site and remote), as well as any other activity related to data centre design, building, and support. Services could also include project management and consultancy of new structures as well as major expansions of the current Europol environment.
The maintenance part:
— maintenance of the new and existing racks and related active/passive components in all abovementioned sites.
II.1.6)Common procurement vocabulary (CPV)

48800000 Information systems and servers, 48820000 Servers, 45300000 Building installation work, 45314320 Installation of computer cabling, 30200000 Computer equipment and supplies, 72315000 Data network management and support services

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): no
II.1.8)Lots
This contract is divided into lots: no
II.1.9)Information about variants
Variants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
The duration of the contract will be 2 years with 2 possible extensions of 2 years each for the purchase part (total 6 years). The maintenance part of the contract will have 2 additional possible extensions of 2 years each (total 10 years). The expenditure for the maximum lifetime of the contract is maximum 10 000 000 EUR.
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
This contract is subject to renewal: no
II.3)Duration of the contract or time limit for completion

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditions
III.2)Conditions for participation
III.2.1)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: As per prequalification documentation.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: As per prequalification documentation.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
As per prequalification documentation.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
Execution of the service is reserved to a particular profession: no
III.3.2)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)Type of procedure
Restricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
D/C1/1503.
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
29.4.2015 - 23:59
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
Any EU official language
Other: Tenderer's attention is drawn to the fact that English is Europol's working language.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information
All documents related to this call for tender are downloadable and visible following the e-tendering link published above, but in order to use some options on the e-tendering website, users will need to log in. Once logged in, users will have the option to ‘subscribe' to a call for tender which means they receive notifications for events like publication of new documents or questions. Moreover, this will allow users to ask questions related to the call for tender.
Europol highly recommends this in order not to risk missing any information.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures

Official name: General Court
Postal address: rue du Fort Niedergrünewald
Town: Luxembourg
Postal code: 2925
Country: Luxembourg
Telephone: +352 4303-1
Internet address: http://curia.europa.eu

VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: Within 2 months of notification to the plaintiff, or, in absence thereof, of the day on which it came to the knowledge. A complaint to the European Ombudsman does not have as an effect either to suspend this period or to open a new period for lodging appeals.
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
20.3.2015