Υπηρεσίες - 238639-2020

Submission deadline has been amended by:  320365-2020
25/05/2020    S100

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

2020/S 100-238639

Contract notice

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.3)Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://etendering.ted.europa.eu/cft/cft-display.html?cftId=6474
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted to the abovementioned address
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.1.5)Estimated total value
Value excluding VAT: 5 606 500.00 EUR
II.1.6)Information about lots
This contract is divided into lots: no
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.

II.2.5)Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
Value excluding VAT: 5 606 500.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 84
This contract is subject to renewal: yes
Description of renewals:

The Framework Agreement will be signed for an initial period of 3 years with the possibility to be extended thereafter for four consecutive 1-year periods, upon the EIF’s discretion (3 + 1 + 1 + 1 + 1).

II.2.10)Information about variants
Variants will be accepted: no
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 III: Legal, economic, financial and technical information

III.1)Conditions for participation
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:

As stated in the procurement documents.

III.1.2)Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3)Technical and professional ability
Selection criteria as stated in the procurement documents
III.2)Conditions related to the contract
III.2.2)Contract performance conditions:

The EIF will sign a framework agreement with one service provider (‘Framework Agreement’) for an initial period of 3 years with the possibility to be extended thereafter for four consecutive 1-year periods, upon the EIF’s discretion (3 + 1 + 1 + 1 + 1).

The Framework Agreement is subject to the EIF General Terms and Conditions (‘EIF GTCs’), which will form part of the Framework Agreement as Appendix C.

Implementing contracts will be established under the Framework Agreement whenever an assignment is required according to the mechanism described in section 6 of the terms of reference.

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)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
Framework agreement with a single operator
In the case of framework agreements, provide justification for any duration exceeding 4 years:

A 7 year (3+1+1+1+1) Framework Agreement is expected to be signed. The reason for requesting more than 4 years is that the setup of some key services may require a longer program, which may last longer than 2 years after the signature and which will be too short for EIF to fully benefit from all services.

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.2.2)Time limit for receipt of tenders or requests to participate
Date: 30/06/2020
Local time: 23:59
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4)Languages in which tenders or requests to participate may be submitted:
English
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
Duration in months: 6 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tenders
Date: 02/07/2020
Local time: 14:00
Place:

EIF premises.

Information about authorised persons and opening procedure:

The opening session is not public.

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
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:
13/05/2020