Lieferungen - 74228-2017

28/02/2017    S41

Belgium-Brussels: DIGIT/R3/PO/2016/020 — Data centre compute solutions (DCCS)

2017/S 041-074228

Contract notice

Supplies

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1)Name and addresses
Official name: European Commission, Directorate-General for Informatics, Directorate R: Resources Management and Optimisation, Unit 3: ICT Procurement and Contract Management
Postal address: rue Montoyer 15, Office: 07/P001
Town: Brussels
NUTS code: BE100 Arr. de Bruxelles-Capitale / Arr. van Brussel-Hoofdstad
Postal code: 1000
Country: Belgium
Contact person: DIGIT Contracts Info Centre
E-mail: digit-contracts-info-centre@ec.europa.eu
Telephone: +32 229-60762
Fax: +32 229-57702
Internet address(es):
Main address: https://ec.europa.eu/info/departments/informatics_en#related
Address of the buyer profile: https://ec.europa.eu/info/funding-tenders/tender-opportunities-department/informatics-tenders-and-contracts_en
I.1)Name and addresses
Official name: See list of participating institutions, agencies and bodies in point VI.3
Postal address: rue Montoyer 15, Office: 07/P001
Town: Brussels
NUTS code: BE100 Arr. de Bruxelles-Capitale / Arr. van Brussel-Hoofdstad
Postal code: 1000
Country: Belgium
Contact person: DIGIT Contracts Info Centre
E-mail: digit-contracts-info-centre@ec.europa.eu
Telephone: +32 229-60762
Fax: +32 22957702
Internet address(es):
Main address: https://ec.europa.eu/info/departments/informatics_en#related
Address of the buyer profile: https://ec.europa.eu/info/funding-tenders/tender-opportunities-department/informatics-tenders-and-contracts_en
I.2)Information about joint procurement
The contract involves joint procurement
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=2159
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted electronically via: https://etendering.ted.europa.eu/cft/cft-display.html?cftId=2159
I.4)Type of the contracting authority
European institution/agency or international organisation
I.5)Main activity
Other activity: Information technology/informatics.

Section II: Object

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

DIGIT/R3/PO/2016/020 — Data centre compute solutions (DCCS).

II.1.2)Main CPV code
30230000 Computer-related equipment
II.1.3)Type of contract
Supplies
II.1.4)Short description:

The purchase and leasing of x86 server systems, its extended guarantee, the associated equipment (options and extensions), upgrades and associated services.

Lot 1: ‘general purpose compute solutions’.

Lot 2: ‘special purpose compute solutions’.

See tendering specifications for additional details.

II.1.5)Estimated total value
Value excluding VAT: 110 000 000.00 EUR
II.1.6)Information about lots
This contract is divided into lots: yes
Tenders may be submitted for all lots
II.2)Description
II.2.1)Title:

General purpose compute solutions

Lot No: 1
II.2.2)Additional CPV code(s)
30211000 Mainframe computer
II.2.3)Place of performance
NUTS code: BE100 Arr. de Bruxelles-Capitale / Arr. van Brussel-Hoofdstad
Main site or place of performance:

The seats of participating EU institutions in the European Union. See tendering specifications for additional details.

II.2.4)Description of the procurement:

The purpose of this call for tenders is the conclusion of a single framework contract for general purpose compute solutions. The purchase and leasing of x86 server systems, its extended guarantee, the associated equipment (options and extensions), upgrades and associated services.

The tenderer shall propose 1 model of each of the 5 server categories classified as:

standard 2 sockets blade server;

standard 2 sockets rackable server;

advanced 2 sockets rackable server;

standard 4 sockets rackable server;

advanced 4 sockets rackable server.

II.2.5)Award criteria
Criteria below
Price
II.2.6)Estimated value
Value excluding VAT: 80 000 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: no
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
II.2)Description
II.2.1)Title:

Special purpose compute solutions

Lot No: 2
II.2.2)Additional CPV code(s)
30211300 Computer platforms
II.2.3)Place of performance
NUTS code: BE100 Arr. de Bruxelles-Capitale / Arr. van Brussel-Hoofdstad
Main site or place of performance:

The seats of participating EU institutions in the European Union. See tendering specifications for additional details.

II.2.4)Description of the procurement:

The purpose of this call for tenders is the conclusion of multiple framework contracts (up to 5 for lot 2 for the purchase and leasing of special purpose compute solutions optimised for specific workloads including ‘converged and hyperconverged solutions’).

It will give the EUIs access to distributors/resellers of hardware and software solutions from a variety of manufacturers. Some of the manufacturers are predefined in the annexes to the tendering specifications.

For the selection of the framework contract, contractors and the first reopening of competition, the tenderers will be requested to offer solutions for 4 Commission-specific use cases:

1. Oracle database solution;

2. Nutanix-based virtualisation solution;

3. 8-ways system;

4. SAP HANA solution.

II.2.5)Award criteria
Criteria below
Price
II.2.6)Estimated value
Value excluding VAT: 30 000 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewal: yes
Description of renewals:

2 renewals of 1 year each.

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 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
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: 2016/S 063-107765
IV.2.2)Time limit for receipt of tenders or requests to participate
Date: 07/04/2017
Local time: 15:00
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:
Bulgarian, Czech, Danish, German, Greek, English, Spanish, Estonian, Finnish, French, Irish, Croatian, Hungarian, Italian, Lithuanian, Latvian, Maltese, Dutch, Polish, Portuguese, Romanian, Slovak, Slovenian, Swedish
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
Duration in months: 9 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tenders
Date: 11/04/2017
Local time: 10:00
Place:

rue Montoyer 15, 1000 Brussels, BELGIUM.

Information about authorised persons and opening procedure:

Only a maximum of 2 representatives per offer submitted may participate in the opening session. If you choose to do so, you should, for security and organisational reasons, notify by e-mail the Directorate-General for Informatics (addressing your e-mail to DIGIT-CONTRACTS-INFO-CENTRE@ec.europa.eu) the name(s) of that person(s), their dates of birth and ID card numbers, no later than 1 working day before the opening session, failing which the Directorate-General for Informatics reserves the right to refuse to admit your representative(s) to the opening session.

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.3)Additional information:

The following European institutions, agencies and bodies will be part of this procurement procedure other than the European Commission:

ACER, BBI Joint Undertaking, CdT, Cedefop, CEPOL, Chafea, Clean Sky 2 Joint Undertaking, CURIA, EACEA, EASA, EASME, EASO, ECA, ECDC, ECSEL Joint Undertaking, EDA, EEA, EEAS, EESC/CoR, EFCA, EFSA, EIGE, EIOPA, EMA, EMCDDA, EMSA, EP, European Union Agency for Railways, ERCEA, ESA, EUIPO, eu-LISA, EU-OSHA, Eurofound, Europol, EURSC, Fusion for Energy Joint Undertaking, FCH 2 Joint Undertaking, FRA, Frontex, GSA, IMI 2 Joint Undertaking, INEA, REA, SatCen, SRB (see tendering specifications for details).

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: 2925
Country: Luxembourg
E-mail: generalcourt.registry@curia.europa.eu
Telephone: +352 4303-1
Fax: +352 4303-2100
Internet address: http://curia.europa.eu
VI.4.4)Service from which information about the review procedure may be obtained
Official name: European Commission, Directorate-General for Informatics, Directorate R: Resources Management and Optimisation, Unit 3: ICT Procurement and Contract Management
Postal address: rue Montoyer 15, Office: 07/P001
Town: Brussels
Postal code: 1000
Country: Belgium
E-mail: digit-contracts-info-centre@ec.europa.eu
Telephone: +32 22960762
Internet address: https://ec.europa.eu/info/departments/informatics_en#related
VI.5)Date of dispatch of this notice:
16/02/2017