IHW039F-03-006 PROJ000010513 Provision of Cat 3 Compute Nodes, Storage Nodes, Networking and ancillary software and equipment for St. James's Hospital, Dublin.

Provision of Cat 3 Compute Nodes, Storage Nodes, Networking and ancillary software and equipment for St. James's Hospital, Dublin. Provision of Cat 3 Compute Nodes, Storage Nodes, Networking and ancillary software and equipment for St. James's Hospital, Dublin.

CPV: 30200000 Apparecchiature informatiche e forniture, 30210000 Macchine per l'elaborazione di dati (hardware), 30230000 Apparecchiature informatiche, 30233100 Unità di memoria informatica, 32410000 Rete locale, 32424000 Infrastruttura di rete, 32580000 Apparecchiature per dati, 48000000 Pacchetti software e sistemi di informazione, 48800000 Sistemi e server di informazione, 48820000 Server, 48821000 Server di rete, 48822000 Server per elaboratori, 48823000 File server, 48824000 Server per stampanti, 48825000 Server web, 50312300 Manutenzione e riparazione di attrezzature di reti per trasmissione dati, 50312310 Manutenzione di attrezzature di reti per trasmissione dati, 50312600 Manutenzione e riparazione di attrezzature per tecnologia dell'informazione, 50312610 Manutenzione di attrezzature per tecnologia dell'informazione, 72500000 Servizi informatici, 72700000 Servizi per rete informatica, 72910000 Servizi di back-up informatico
Luogo di esecuzione:
IHW039F-03-006 PROJ000010513 Provision of Cat 3 Compute Nodes, Storage Nodes, Networking and ancillary software and equipment for St. James's Hospital, Dublin.
Ente di assegnazione:
The Office of Government Procurement
Numero di premio:
0

1. Buyer

1.1 Buyer

Official name : The Office of Government Procurement
Legal type of the buyer : Body governed by public law
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : IHW039F-03-006 PROJ000010513 Provision of Cat 3 Compute Nodes, Storage Nodes, Networking and ancillary software and equipment for St. James's Hospital, Dublin.
Description : Provision of Cat 3 Compute Nodes, Storage Nodes, Networking and ancillary software and equipment for St. James's Hospital, Dublin.
Procedure identifier : fb04281d-bb63-4156-b165-e2bb3b349718
Previous notice : 6fba0469-e3e7-4777-87a4-cfd0faba95ed-01
Type of procedure : Open

2.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 30200000 Computer equipment and supplies
Additional classification ( cpv ): 30210000 Data-processing machines (hardware)
Additional classification ( cpv ): 30230000 Computer-related equipment
Additional classification ( cpv ): 30233100 Computer storage units
Additional classification ( cpv ): 32410000 Local area network
Additional classification ( cpv ): 32424000 Network infrastructure
Additional classification ( cpv ): 32580000 Data equipment
Additional classification ( cpv ): 48000000 Software package and information systems
Additional classification ( cpv ): 48800000 Information systems and servers
Additional classification ( cpv ): 48820000 Servers
Additional classification ( cpv ): 48821000 Network servers
Additional classification ( cpv ): 48822000 Computer servers
Additional classification ( cpv ): 48823000 File servers
Additional classification ( cpv ): 48824000 Printer servers
Additional classification ( cpv ): 48825000 Web servers
Additional classification ( cpv ): 50312300 Maintenance and repair of data network equipment
Additional classification ( cpv ): 50312310 Maintenance of data network equipment
Additional classification ( cpv ): 50312600 Maintenance and repair of information technology equipment
Additional classification ( cpv ): 50312610 Maintenance of information technology equipment
Additional classification ( cpv ): 72500000 Computer-related services
Additional classification ( cpv ): 72700000 Computer network services
Additional classification ( cpv ): 72910000 Computer back-up services

2.1.2 Place of performance

Postal address : St. James’s Hospital’s Board, James’s Street,
Town : Dublin 8
Postcode : D08 NHY1
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland

2.1.3 Value

Estimated value excluding VAT : 634 192 Euro

2.1.4 General information

Legal basis :
Directive 2014/24/EU

5. Lot

5.1 Lot technical ID : LOT-0001

Title : IHW039F-03-006 PROJ000010513 Provision of Cat 3 Compute Nodes, Storage Nodes, Networking and ancillary software and equipment for St. James's Hospital, Dublin.
Description : Provision of Cat 3 Compute Nodes, Storage Nodes, Networking and ancillary software and equipment for St. James's Hospital, Dublin.
Internal identifier : 0

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 30200000 Computer equipment and supplies
Additional classification ( cpv ): 30210000 Data-processing machines (hardware)
Additional classification ( cpv ): 30230000 Computer-related equipment
Additional classification ( cpv ): 30233100 Computer storage units
Additional classification ( cpv ): 32410000 Local area network
Additional classification ( cpv ): 32424000 Network infrastructure
Additional classification ( cpv ): 32580000 Data equipment
Additional classification ( cpv ): 48000000 Software package and information systems
Additional classification ( cpv ): 48800000 Information systems and servers
Additional classification ( cpv ): 48820000 Servers
Additional classification ( cpv ): 48821000 Network servers
Additional classification ( cpv ): 48822000 Computer servers
Additional classification ( cpv ): 48823000 File servers
Additional classification ( cpv ): 48824000 Printer servers
Additional classification ( cpv ): 48825000 Web servers
Additional classification ( cpv ): 50312300 Maintenance and repair of data network equipment
Additional classification ( cpv ): 50312310 Maintenance of data network equipment
Additional classification ( cpv ): 50312600 Maintenance and repair of information technology equipment
Additional classification ( cpv ): 50312610 Maintenance of information technology equipment
Additional classification ( cpv ): 72500000 Computer-related services
Additional classification ( cpv ): 72700000 Computer network services
Additional classification ( cpv ): 72910000 Computer back-up services
Quantity : 1
Options :
Description of the options : The Contracting Authority reserves the right, at its discretion, to extend the Term for a period or periods of up to 12 Months with a maximum of 2 such extension(s) on the same terms and conditions, subject to the Contracting Authority’s obligations at law. The Term will not exceed 5 years in aggregate. Additionally, The Contracting Authority reserves the right, at its discretion, to extend the Term for a further period or periods of up to 12 Months with a maximum of 2 such extension(s) for Support and Maintenance only, subject to the Contracting Authority’s obligations at law. The Support and Maintenance Term will not exceed 7 years in aggregate. For further options, please refer to RFT.

5.1.2 Place of performance

Postal address : St James's Hospital, James's Street,
Town : Dublin 8
Postcode : D08 NHY1
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Additional information :

5.1.3 Estimated duration

Start date : 16/09/2025
Duration : 60 Month

5.1.4 Renewal

Maximum renewals : 2

5.1.5 Value

Estimated value excluding VAT : 634 192 Euro

5.1.6 General information

Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : yes

5.1.7 Strategic procurement

Aim of strategic procurement : Reduction of environmental impacts
Description : The Tenderer’s approach to reducing reliance on fossil fuels in the delivery of Devices under this DPS is an important consideration for the Contracting Authority and DPS Clients. Please see RFT for details.
Approach to reducing environmental impacts : Other
Green Procurement Criteria : Other Green Public Procurement criteria

5.1.10 Award criteria

Criterion :
Type : Quality
Name : Qualitative Award Criteria: 700 out of 1000 Marks
Description : Qualitative Award Criteria: 700 out of 1000 Marks, with min pass marks as outlined in RFT
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 700
Criterion :
Type : Cost
Name : Cost Award Criteria: 300 Marks out of 1000 Marks
Description : Cost Award Criteria: 300 Marks out of 1000 Marks. The Tender with the ‘Lowest Tendered Total Cost’ will receive the maximum marks available for the cost criterion. The Contracting Authority will use a standard formula to calculate the marks in respect of ‘Total Cost’. The calculation is expressed as per formula outlined in RFT.
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 300

5.1.15 Techniques

Framework agreement :
No framework agreement
Information about the dynamic purchasing system :
Dynamic purchasing system, also usable by buyers not listed in this notice

5.1.16 Further information, mediation and review

Review organisation : The High Court of Ireland
Organisation providing offline access to the procurement documents : The Office of Government Procurement
Organisation providing more information on the review procedures : The High Court of Ireland

6. Results

Value of all contracts awarded in this notice : 634 192 Euro

6.1 Result lot ldentifier : LOT-0001

At least one winner was chosen.

6.1.2 Information about winners

Winner :
Official name : PFH Technology Group_17679
Tender :
Tender identifier : 000126159
Identifier of lot or group of lots : LOT-0001
Value of the tender : 634 192 Euro
The tender was ranked : yes
Rank in the list of winners : 1
The tender is a variant : no
Subcontracting : Not yet known
Contract information :
Identifier of the contract : 429189
Date on which the winner was chosen : 27/08/2025
Date of the conclusion of the contract : 16/09/2025

6.1.4 Statistical information

Received tenders or requests to participate :
Type of received submissions : Tenders
Number of tenders or requests to participate received : 1

8. Organisations

8.1 ORG-0001

Official name : The Office of Government Procurement
Registration number : IE3229842HH
Postal address : 3A Mayor Street Upper, Dublin 1
Town : Dublin
Postcode : D01 PF72
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Telephone : +353 17738000
Internet address : https://www.ogp.gov.ie
Buyer profile : https://www.ogp.gov.ie
Roles of this organisation :
Buyer
Central purchasing body awarding public contracts or concluding framework agreements for works, supplies or services intended for other buyers
Organisation providing offline access to the procurement documents

8.1 ORG-0002

Official name : PFH Technology Group_17679
Size of the economic operator : Large
Registration number : 415827
Postal address : 1 Eastgate Avenue, Little Island
Town : Cork
Postcode : T45 HK71
Country subdivision (NUTS) : South-West ( IE053 )
Country : Ireland
Telephone : 0874585144
Internet address : www.pfh.ie
Roles of this organisation :
Tenderer
Winner of these lots : LOT-0001

8.1 ORG-0003

Official name : The High Court of Ireland
Registration number : The High Court of Ireland
Department : The High Court of Ireland
Postal address : Four Courts, Inns Quay, Dublin 7
Town : Dublin
Postcode : D07 WDX8
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Telephone : +353 1 8886000
Roles of this organisation :
Review organisation
Organisation providing more information on the review procedures

8.1 ORG-0004

Official name : European Dynamics S.A.
Registration number : 002024901000
Department : European Dynamics S.A.
Town : Athens
Postcode : 15125
Country subdivision (NUTS) : Βόρειος Τομέας Αθηνών ( EL301 )
Country : Greece
Telephone : +30 2108094500
Roles of this organisation :
TED eSender

Notice information

Notice identifier/version : c18724f3-ce84-4127-ab1d-e9b98c4546fc - 01
Form type : Result
Notice type : Contract or concession award notice – standard regime
Notice dispatch date : 03/10/2025 10:49 +01:00
Languages in which this notice is officially available : English
Notice publication number : 00653553-2025
OJ S issue number : 191/2025
Publication date : 06/10/2025