Υπηρεσίες - 226770-2021

06/05/2021    S88

Luxembourg-Luxembourg: Provision and Management of Necessary Transversal Cloud Security and Integration Services

2021/S 088-226770

Contract award notice

Results of the procurement procedure

Services

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1)Name and addresses
Official name: European Investment Fund
Postal address: 37B, avenue J.F. Kennedy
Town: Luxembourg
NUTS code: LU00 Luxembourg
Postal code: L-2968
Country: Luxembourg
Contact person: SPA-Procurement
E-mail: eif-procurement@eif.org
Internet address(es):
Main address: www.eif.org
Address of the buyer profile: http://www.eif.org/who_we_are/governance/procurement/index.htm?lang=-en
I.4)Type of the contracting authority
European institution/agency or international organisation
I.5)Main activity
General public services

Section II: Object

II.1)Scope of the procurement
II.1.1)Title:

Provision and Management of Necessary Transversal Cloud Security and Integration Services

Reference number: 2020-OIM-ISM-API-005
II.1.2)Main CPV code
72000000 IT services: consulting, software development, Internet and support
II.1.3)Type of contract
Services
II.1.4)Short description:

The EIF is looking for a partnership that will help with the management of specific security controls and compliance aspects of Cloud related services as well as Integration services and will work in close collaboration with existing EIF Service Providers operating in the Cloud.

This Call for Tenders aims at provisioning already identified cloud security and integration services. Given the duration of the Call for Tenders, as per the lifecycle of new technologies, some technical security services (as per the scope of this Call for Tenders) maybe renewed, retired or added.

II.1.6)Information about lots
This contract is divided into lots: no
II.1.7)Total value of the procurement (excluding VAT)
Value excluding VAT: 5 606 500.00 EUR
II.2)Description
II.2.3)Place of performance
NUTS code: LU000 Luxembourg
Main site or place of performance:

While in principle the service provider will work from their usual professional premises, the EIF would expect their participation in EIF premises from time to time in meetings.

II.2.4)Description of the procurement:

At the earliest stage of the project, EIF will lead discussions to setup a clear and documented governance for all services. Across the Terms of Reference, EIF specifies the expected security controls.

Here is the high-level list of direct services that EIF expects to receive from the successful service provider:

• a common cloud-based Identity and Access Management (IAM) solution, simple to administer, that offers Single Sign-On (SSO) in order to ensure the necessary interoperability for all its solutions hosted on Amazon Web Services (AWS), Microsoft Azure or any other cloud provider, including multi-factor authentication mechanisms;

• a solution to collect application and system logs centrally, store them with appropriate retention, monitor events and escalate relevant incidents to EIF and its involved services providers;

• a vulnerability management tool/service to scan all EIF Cloud platforms to provide monthly and quarterly aggregated reports on vulnerability;

• an advanced system and file encryption/exchange services to protect EIF data;

• a ticketing system to handle support cases, change, release management of specific EIF core Cloud applications (EIF does not necessarily expect this solution to be used for the management of the relationship between EIF and the Cloud Services Broker);

• an SFTP service for secure integration/files transfers between EIF solutions or with counterparts;

• advisory services on different technology aspects (cost monitoring and optimisation, cloud related, security and architecture review, etc.);

• penetration testing services to assess the security of EIF Cloud solutions.

Through this Call for Tender, the EIF expects to find a central service provider for the scope of services defined in the Terms of Reference.

The duration of the framework agreement is as follows:an initial period of 3 years with the possibility to be extended thereafter for 4 consecutive 1-year periods, upon the EIF’s discretion (3 + 1 + 1 + 1 + 1).

II.2.5)Award criteria
Quality criterion - Name: Qualitative award criteria as specified in the Terms of Reference / Weighting: 45
Quality criterion - Name: Interview criteria as specified in the Terms of Reference / Weighting: 25
Price - Weighting: 30
II.2.11)Information about options
Options: no
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

Section IV: Procedure

IV.1)Description
IV.1.1)Type of procedure
Open procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
IV.1.8)Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: no
IV.2)Administrative information
IV.2.1)Previous publication concerning this procedure
Notice number in the OJ S: 2020/S 100-238639
IV.2.8)Information about termination of dynamic purchasing system
IV.2.9)Information about termination of call for competition in the form of a prior information notice

Section V: Award of contract

Title:

Provision and Management of Necessary Transversal Cloud Security and Integration Services

A contract/lot is awarded: yes
V.2)Award of contract
V.2.1)Date of conclusion of the contract:
V.2.2)Information about tenders
Number of tenders received: 9
Number of tenders received from SMEs: 3
Number of tenders received from tenderers from other EU Member States: 3
The contract has been awarded to a group of economic operators: yes
V.2.3)Name and address of the contractor
Official name: ARHS Spikeseed S.A.
Postal address: 13 Boulevard du Jazz
Town: Belvaux
NUTS code: LU Luxembourg
Postal code: 4370
Country: Luxembourg
The contractor is an SME: yes
V.2.3)Name and address of the contractor
Official name: Hellenic Telecommunications Organisation S.A. (OTE S.A.)
Postal address: 99 Kifissias Avenue
Town: Maroussi
NUTS code: EL Ελλάδα  / Elláda
Postal code: 151 24
Country: Greece
The contractor is an SME: no
V.2.4)Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 5 606 500.00 EUR
Total value of the contract/lot: 5 606 500.00 EUR
V.2.5)Information about subcontracting
The contract is likely to be subcontracted

Section VI: Complementary information

VI.3)Additional information:
VI.4)Procedures for review
VI.4.1)Review body
Official name: General Court of the European Union
Postal address: rue du Fort Niedergrünewald
Town: Luxembourg
Postal code: L-2925
Country: Luxembourg
Telephone: +352 43031
Fax: +352 4303-2100
Internet address: http://curia.europa.eu
VI.5)Date of dispatch of this notice:
29/04/2021