IHW039F-03-004 PROJ000010438 RFT for provision of Cat 3 ESXi server hosts, a Windows Server and a 24-slot tape library together with services for FSAI

RFT for provision of Cat 3 ESXi server hosts, a Windows Server and a 24-slot tape library together with services for FSAI RFT for provision of Cat 3 ESXi server hosts, a Windows Server and a 24-slot tape library together with services for FSAI

CPV: 30200000 Datorer och datamateriel, 30210000 Databehandlingsmaskiner (maskinvara), 30230000 Datorrelaterad utrustning, 30233100 Minnesenheter, 32410000 Lokalt nät, 32424000 Nätinfrastruktur, 32580000 Datautrustning, 48000000 Programvara och informationssystem, 48800000 Informationssystem och servrar, 48820000 Servrar, 48821000 Nätservrar, 48822000 Datorservrar, 48823000 Nätminne, 48824000 Nätcentraler för skrivare, 48825000 Webbservrar, 50312300 Underhåll och reparation av datanätutrustning, 50312310 Underhåll av datanätutrustning, 50312600 Underhåll och reparation av IT-utrustning, 50312610 Underhåll av IT-utrustning, 72500000 Datortjänster, 72700000 Datanätstjänster, 72910000 Säkerhetskopiering
Plats för avrättning:
IHW039F-03-004 PROJ000010438 RFT for provision of Cat 3 ESXi server hosts, a Windows Server and a 24-slot tape library together with services for FSAI
Plats för tilldelning:
The Office of Government Procurement
Tilldelningsnummer:
0

1. Buyer

1.1 Buyer

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

2. Procedure

2.1 Procedure

Title : IHW039F-03-004 PROJ000010438 RFT for provision of Cat 3 ESXi server hosts, a Windows Server and a 24-slot tape library together with services for FSAI
Description : RFT for provision of Cat 3 ESXi server hosts, a Windows Server and a 24-slot tape library together with services for FSAI
Procedure identifier : 59f33ac6-6415-4034-a0af-7cc42c70bfe1
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 : Food Safety Authority of Ireland, The Exchange, George’s Dock, IFSC,
Town : Dublin 1
Postcode : D01 P2V6
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland

2.1.3 Value

Estimated value excluding VAT : 231 823 Euro

2.1.4 General information

Legal basis :
Directive 2014/24/EU

5. Lot

5.1 Lot technical ID : LOT-0001

Title : IHW039F-03-004 PROJ000010438 RFT for provision of Cat 3 ESXi server hosts, a Windows Server and a 24-slot tape library together with services for FSAI
Description : RFT for provision of Cat 3 ESXi server hosts, a Windows Server and a 24-slot tape library together with services for FSAI
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

5.1.2 Place of performance

Postal address : Food Safety Authority of Ireland, The Exchange, George’s Dock, IFSC,
Town : Dublin 1
Postcode : D01 P2V6
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Additional information :

5.1.3 Estimated duration

Start date : 01/08/2025
Duration : 84 Month

5.1.4 Renewal

Maximum renewals : 2
Other information about renewals : 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) 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.

5.1.5 Value

Estimated value excluding VAT : 231 823 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 : Award Criteria in relation to Sustainability Characteristics – Energy Efficiency requires tenderers to outline the energy efficiencies that can be achieved when using the proposed hardware specified in the RFT.
Approach to reducing environmental impacts : Other
Green Procurement Criteria : Other Green Public Procurement criteria

5.1.10 Award criteria

Criterion :
Type : Quality
Description : Qualitative Award Criteria as detailed in RFT
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 70
Category of award fixed criterion : Minimum score
Award criterion number : 40
Criterion :
Type : Cost
Description : Cost
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 30

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 : 231 823 Euro

6.1 Result lot ldentifier : LOT-0001

At least one winner was chosen.

6.1.2 Information about winners

Winner :
Official name : Datapac_47482
Tender :
Tender identifier : 000116425
Identifier of lot or group of lots : LOT-0001
Value of the tender : 231 823 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 : 423507
Date on which the winner was chosen : 11/07/2025
Date of the conclusion of the contract : 01/08/2025

6.1.4 Statistical information

Received tenders or requests to participate :
Type of received submissions : Tenders
Number of tenders or requests to participate received : 3

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 : Datapac_47482
Size of the economic operator : Medium
Registration number : 86946
Postal address : Datapac, Quarrypark
Town : Enniscorthy, Co Wexford
Postcode : n/a
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
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 : ae9b1f7c-d969-4642-a05c-e7a05d3019d5 - 01
Form type : Result
Notice type : Contract or concession award notice – standard regime
Notice dispatch date : 17/09/2025 11:01 +01:00
Languages in which this notice is officially available : English
Notice publication number : 00609051-2025
OJ S issue number : 179/2025
Publication date : 18/09/2025