21
EUROPEAN UNION SATELLITE CENTRE REFERENCE: SATCEN OP-04/19 ANNEX I Page 1 of 21 Data storage devices Procurement Procedure Reference: SATCEN OP-04/19 Open procedure Annex I to the Invitation to Tender Tender Specifications

Data storage devices - Europa I - Tender... · devices, together with Commvault backup and recovery software, for a number of years. EUROPEAN UNION SATELLITE CENTRE REFERENCE: SATCEN

  • Upload
    others

  • View
    3

  • Download
    0

Embed Size (px)

Citation preview

EUROPEAN UNION SATELLITE CENTRE REFERENCE: SATCEN OP-04/19

ANNEX I Page 1 of 21

Data storage devices

Procurement Procedure Reference: SATCEN OP-04/19

Open procedure

Annex I to the Invitation to Tender Tender Specifications

EUROPEAN UNION SATELLITE CENTRE REFERENCE: SATCEN OP-04/19

ANNEX I Page 2 of 21

< THIS PAGE IS INTENTIONALLY LEFT BLANK >

EUROPEAN UNION SATELLITE CENTRE REFERENCE: SATCEN OP-04/19

ANNEX I Page 3 of 21

1. Table of Content ............................................................................................................................. 3

1. Introduction .................................................................................................................................... 5

1.1. Introduction to the European Union Satellite Centre ............................................................. 5

1.2. Objective of this Call for Tenders ............................................................................................ 5

1.3. Background Information ......................................................................................................... 5

2. Contractual Conditions ................................................................................................................... 6

2.1. Maximum Value of the Contract ............................................................................................. 6

2.2. Starting Date of the Contract and Duration of the Tasks and Services .................................. 6

2.3. Place of Performance .............................................................................................................. 7

2.4. Acceptance of the Deliveries and Services, Invoices and Payments ...................................... 7

2.5. Delivery ................................................................................................................................... 7

2.6. Guarantee ............................................................................................................................... 8

3. Evaluation of Tenders ..................................................................................................................... 8

3.1. Evaluation Steps ...................................................................................................................... 8

3.2. Eligibility .................................................................................................................................. 9

3.3. Exclusion criteria ..................................................................................................................... 9

3.4. Selection criteria ..................................................................................................................... 9

3.4.1. Legal capacity .................................................................................................................... 10

3.4.2. Economic and financial capacity ....................................................................................... 10

3.4.3. Technical and professional capacity ................................................................................. 11

3.5. Award Criteria ....................................................................................................................... 11

3.5.1 Technical evaluation ......................................................................................................... 11

3.5.2 Financial Evaluation .......................................................................................................... 13

3.5.3 Calculation of the final score ............................................................................................ 13

4. Administrative Information Concerning the Invitation to Tender ................................................ 13

4.1. Procurement procedure and governing rules ....................................................................... 13

4.2. General administrative information ..................................................................................... 13

4.3. Misrepresentation and corruptive practices ........................................................................ 14

4.4. Participation of Consortia ..................................................................................................... 14

4.5. Subcontracting ...................................................................................................................... 15

4.6. Tender Calendar .................................................................................................................... 16

EUROPEAN UNION SATELLITE CENTRE REFERENCE: SATCEN OP-04/19

ANNEX I Page 4 of 21

4.7. Contacts Between the Tenderers and the SatCen ................................................................ 16

5. Form and Content of the Tender .................................................................................................. 17

5.1. How to submit a Tender ....................................................................................................... 17

5.2. Structure of the Tender ........................................................................................................ 17

5.2.1. Envelope One: Administrative Part ................................................................................... 17

5.2.2. Envelope Two: Technical Proposal .................................................................................... 19

5.2.3. Envelope Three: Economic offer ....................................................................................... 20

5.2.4. Envelope Four: Electronic copy ......................................................................................... 20

6. APPENDIXES .................................................................................................................................. 21

EUROPEAN UNION SATELLITE CENTRE REFERENCE: SATCEN OP-04/19

ANNEX I Page 5 of 21

According to Council Decision 2014/401/CFSP, of 26 June 2014, on the European Union Satellite

Centre (hereinafter referred to as the “SatCen” or “Contracting Authority”), the SatCen’s mission is to

“support the decision making and actions of the Union in the field of the Common Foreign and Security

Policy (CFSP) and in particular the Common Security and Defence Policy (CSDP), including European

Union crisis management missions and operations, by providing, at the request of the Council or the

High Representative of the Union for Foreign Affairs and Security Policy (HR), products and services

resulting from the exploitation of relevant space assets and collateral data, including satellite and

aerial imagery, and related services".

The seat of the SatCen is Torrejón de Ardoz, Madrid, Spain, as established in Article 1(3) of Council

Decision 2014/401/CFSP, of 26 June 2014, on the European Union Satellite Centre.

Further information can be found on the SatCen’s website: https://www.satcen.europa.eu/

The objective of this call for tenders is to award a contract for the acquisition of:

two (2) pairs of data storage devices, acting as a SAN and as a NAS, for SatCen’s classified and

unclassified networks (one (1) pair of units per network);

1 (one) disk shelf 24 x 6.0TB, 7.2K, 6G, QS for SatCen’s classified network; and

a perpetual software license for backup and recovery in virtualized environments.

Additionally, the contract will cover the provision of the following services:

the installation, configuration, migration and start-up of the new data storage devices, to be

performed at the SatCen’s premises;

1 (one)-year maintenance service for the acquired data storage devices, unless provision is

made for a longer period in the Tender without exceeding the maximum value of the contract;

1 (one)-year support service for the backup and recovery licensed software, unless provision

is made for a longer period in the Tender without exceeding the maximum value of the

contract;

the conversion of current FAS2554 systems in an HA pair to a disk shelf, attaching it to a

storage system in an HA pair; and

the conversion of the existing FAS8020 controllers to existing FAS2554.

Appendix I.1 (Technical Specifications) indicates the characteristics of the required devices, software

license and services.

The SatCen has been using both in its classified and unclassified networks NetApp FAS data storage

devices, together with Commvault backup and recovery software, for a number of years.

EUROPEAN UNION SATELLITE CENTRE REFERENCE: SATCEN OP-04/19

ANNEX I Page 6 of 21

The hardware and software solutions proposed in the Tenders must be fully compatible with SatCen’s

current environment.

The maximum contract value is four hundred seventy-five thousand Euro (€475,000.00), excluding

VAT, during the whole period of validity of the contract, including possible renewals.

This maximum value is all-inclusive and covers all expenditure that may be incurred by the contractor

in the performance of the contract (including, without limitations, storage, transport, delivery,

installation and configuration of the devices, hardware maintenance and software support, travel,

accommodations, subsistence expenses, contract management and overheads) during the whole

period of validity of the contract.

The contract shall enter into force upon its signature by the contracting party signing last and shall

continue in force until the obligations contained in the entire contract have been fulfilled or until

terminated according to the provisions of the contract.

The implementation of the contract may not start before its entry into force.

The contract is not renewable.

The storage devices, disk shelf and software license must be delivered within 3 (three) weeks from

contract signature (expected by late October/beginning November 2019).

The installation, configuration, migration and start-up of the new data storage devices and the

conversion of current controller devices must be completed before 31 December 2019.

Subject to special circumstances that might appear, a short extension of the duration of the services

(not exceeding 3 (three) weeks) might be agreed between the Contracting Authority and the

Contractor.

The maintenance services for the data storage devices and the support services for the backup and

recovery software must be provided for a 1(one)-year period from the date of delivery, unless

provision is made for a longer period in the Tender without exceeding the maximum value of the

contract. The overall duration of the maintenance services for the data storage devices and the

support services for the backup and recovery software may in no event exceed 3 (three) years.

EUROPEAN UNION SATELLITE CENTRE REFERENCE: SATCEN OP-04/19

ANNEX I Page 7 of 21

The supplies shall be delivered, installed and configured at the SatCen’s main seat, situated in Avenida

de Cádiz, Ed. 457, Base Aérea de Torrejón, E-28850 Torrejón de Ardoz, Madrid, Spain.

The hardware maintenance service shall be provided remotely or on-site, as the case may be.

The software support service shall be provided remotely.

The acceptance by SatCen of the deliveries and services rendered must be evidenced by a declaration

of conformity sent by email by the contracting authority to the contractor no later than one month

after successful completion of the installation, configuration, migration and start-up of the new data

storage devices and the conversion of current controller devices.

The declaration of conformity authorises the Contractor (or leader in the case of a joint tender) to

issue an invoice to the SatCen for the value of the supplies and services covered by the contract.

The maintenance services for the storage devices and the support services for the backup and

recovery software will be invoiced on a yearly basis.

Invoices must contain the contractor's identification information, the amount in Euro without VAT and

any other taxes, a breakdown of the amount, the date, as well as the reference number of the

contract.

The invoices shall be sent by email to [email protected].

Payments to the awarded company will be made by SatCen in Euro, without VAT and any other taxes,

within 30 days from acceptance of the invoice.

The supplier takes full responsibility of the supplies until they reach the delivery destination. Storage

and transport shall be arranged by the supplier.

The devices shall be delivered in a ready to use condition along with the manufacturer’s/ supplier’s

guarantee certificate and a consignment note.

The contractor warrants that the units supplied under the contract:

are new, unused, of the most recent or current models and incorporate all recent

improvements in design and materials; and

have no defect arising from design, materials or workmanship or from any act or omission of

the supplier that may develop under normal use of the supplied appliances.

For all the supplies, the price is “Delivered Duty paid”, in accordance with the INCOTERMS 2000.

EUROPEAN UNION SATELLITE CENTRE REFERENCE: SATCEN OP-04/19

ANNEX I Page 8 of 21

The supplied devices must be guaranteed against all defects in manufacture or materials during a two

(2)-year period from the date of delivery.

The contractor must guarantee that any permits and licences required for manufacturing and selling

the supplies have been obtained.

The contractor must repair or replace at its own expense, within the time limit specified in the tender,

any items which become damaged or defective in the course of normal use during the guarantee

period.

The contractor is responsible for any conformity defect, which exists at the time of delivery, even if

this defect does not appear until a later date.

The Contractor is also responsible for any conformity defect, which occurs after delivery and is

ascribable to non-compliance with its obligations, including failure to provide a guarantee that, for a

certain period, supplies used for the purposes for which they are normally used or for a specific

purpose will preserve their qualities or characteristics as specified.

If a part or component of a device is replaced, the replacement part must be guaranteed under the

same terms and conditions for a further period of the same duration as that specified above.

If a defect is found to originate in a systematic flaw in design, the contractor must replace or modify

all identical parts incorporated in the other supplies that are part of the order, even though they may

not have been the cause of any incident. In this case, the guarantee period must be extended as stated

above.

All tenders will be assessed in light of the specifications and evaluation criteria set out in these Tender

Specifications.

Only tenders that are compliant with the technical specifications set out in Appendix I.1 of this

document will be admitted to the evaluation stage. Proposals deviating from the technical

specifications or not covering all the required technical specifications will be rejected for non-

conformity.

The evaluation of tenders will take place in four steps:

1. Verification of eligibility of tenderers on the basis of the legal entity form.

2. Verification of non-exclusion of tenderers on the basis of the declaration on honour.

3. Selection of tenderers on the basis of their capacity to supply the requested devices and

provide the required services.

EUROPEAN UNION SATELLITE CENTRE REFERENCE: SATCEN OP-04/19

ANNEX I Page 9 of 21

4. Evaluation of tenders on the basis of the award criteria (qualitative and financial).

Only tenders meeting the requirements of one step will pass on to the next step.

Requirement:

The participation in this tender procedure is open on equal terms to all natural or legal persons

established in the European Union and the European Economic Area.

Evidence required:

Tenderers and, if applicable, members of bidding consortia shall prove that they are eligible by

providing, along with the Legal Entity Form (see Section 5.2.1), a copy of their certificate of

registration.

Requirement:

Participation in this tender is only open to tenderers (all entities involved, including subcontractors

and consortium members) that are not in a situation of exclusion, which includes:

bankruptcy and insolvency situations;

non-payment of taxes or social security contributions;

grave professional misconduct;

fraud, corruption, participation in a criminal organisation etc.;

serious breach of contract.

Evidence required:

Compliance with this requirement must be attested with the Declaration on Honour provided as

Appendix I.2 duly filled out and signed by an authorised representative of the tenderer or, if applicable,

by each member of the bidding consortia and the subcontractors.

Failure to provide a signed and dated declaration on honour will lead to exclusion from the

procurement process.

Tenderers, members of bidding consortia and subcontractors shall be excluded from the selection and

award procedures if they do not satisfy criteria a) to h) specified in the declaration on honour.

Should the contract be awarded, the successful tenderer shall produce the supporting documents

(extracts from judicial records and official certificates) confirming the declaration on honour.

In order to participate in this call for tenders, tenderers must have sufficient legal, economic, financial,

technical and professional capacity to perform the contract.

EUROPEAN UNION SATELLITE CENTRE REFERENCE: SATCEN OP-04/19

ANNEX I Page 10 of 21

The assessment will be based on the information provided in the tender. The SatCen reserves the right

to use any other information from public or specialised sources.

Tenderers who do not provide the documentation specified below, or who are judged, on the basis of

the documents provided, not to have fulfilled the criteria specified below, will be excluded.

Tenders may be requested to submit further evidence on the selection criteria.

Requirement:

Tenderers and, if applicable, members of bidding consortia and subcontractors must be authorised to

perform the contract under the law of their country of establishment.

Evidence required:

Tenderers and, if applicable, members of bidding consortia and subcontractors shall prove that they

are enrolled in a trade or professional register by providing, along with the Legal Entity Form (see

Section 5.2.1), a copy of their certificate of registration.

If such Economic Operators are not required or entitled to access the register for reasons based on

their legal status or applicable national legislation, an explanation should be provided and the

Contracting Authority may accept, as satisfactory evidence, a sworn declaration, membership of a

specific organisation, express authorisation, or entry in the VAT register, in lieu of the certificate of

registration.

Requirement:

Tenderers and, if applicable, members of bidding consortia are required to:

1. Be in a stable financial situation and have sufficient economic and financial capacity to perform

the contract.

2. Have an average annual turnover over the last two years equal or greater than four hundred

seventy-five thousand Euro (€475,000.00).

In case of joint tendering, a consolidated assessment of all the members of the grouping shall be made.

Evidence required:

1. Profit and loss accounts and balance sheets for the past two financial years for which accounts

have been closed, on condition that the publication of profit and loss account and balance sheets

is stipulated by the legislation on firms in the country where the tenderer is established; the profit

and loss accounts and balance sheets must confirm good financial standing of the tenderer,

sufficient to fulfil commitments related to this framework contract.

EUROPEAN UNION SATELLITE CENTRE REFERENCE: SATCEN OP-04/19

ANNEX I Page 11 of 21

2. A signed statement as to the average annual turnover in the last two closed fiscal years, as per the

form attached as Appendix I.3. In case of joint tendering, a separate statement for each member

of the group and a document summarising the consolidated data for the grouping as a whole shall

be submitted.

The Contracting Authority reserves the right not to select a tenderer where the evidence provided

gives rise to major concerns on its financial viability to perform the contract.

Requirement:

1. The tenderer must be a certified partner/distributor of the original system provider/software

owner.

2. The technician(s) proposed for the onsite installation, configuration, migration and start-up of

the new data storage devices and the conversion of current controller devices must be duly

certified.

Evidence required:

1. Document of appointment as a certified partner/distributor of the original system

provider/software owner.

2. Curriculum Vitae (CVs) of the proposed technician(s) who will be in charge of the onsite

installation, configuration, migration and start-up of the new data storage devices and the

conversion of current controller devices. The CV(s) must be in Europass format1 and include the

educational background, diplomas and accreditations in the field of the contract, as well as

professional experience, indicating the relevant dates of the projects.

The assessment of the tenders is carried out in two successive stages against the Quality and Financial

Award Criteria set out below.

No award criteria and sub-criteria other than those detailed below will be used to evaluate the offer.

The contract shall be awarded to the tenderer offering the best value for money, with 60/40 ratio

for the technical quality and price.

The technical quality of the tender (Quality Score - QS) will be assessed on the basis of the tenderer's

Technical Proposal. The Technical Proposal will be evaluated based on the award criteria set out below

in this Section. The maximum Quality Score is 100 points. In order to be considered for the financial

evaluation the tenders must achieve a minimum score of 50 points in the technical evaluation.

1 http://europass.cedefop.europa.eu/documents/curriculum-vitae

EUROPEAN UNION SATELLITE CENTRE REFERENCE: SATCEN OP-04/19

ANNEX I Page 12 of 21

Table 1 below sets out the evaluation criteria and sub-criteria and the maximum numbers of points

that can be obtained per criterion in the technical evaluation.

No. Quality Award Criteria

Maximum

number of

points: 100

points

Q1

Hardware delivery and installation:

Relevance and adequacy of the proposed methodology to ensure delivery within 3 weeks from contract signature, management of delays and other possible incidents (0-10 points).

Relevance and adequacy of the proposed action plan for the onsite installation, configuration, migration and start-up of the new data storage devices and the conversion of current controller devices before 31-12-2019 (0-30 points):

- Proposed methodology, tools and manpower.

- Detailed schedule for the performance of the tasks.

40

Q2

Hardware maintenance service: Proposed duration of the hardware maintenance service over and above the minimum 1-year period, as required in Section 1.2 of this document and Appendix I.1:

1 year: 0 points

2 years: 10 points

3 years: 20 points Proposed response time over and above the minimum service level required in Appendix I.1 (8 x 5 NBD) (0-10 points).

30

Q3

Software support service: Proposed duration of the software support service over and above the minimum 1-year period, as required in Section 1.2 of this document and Appendix I.1:

1 year: 0 points

2 years: 10 points

3 years: 20 points Proposed response time over and above the minimum service level required in Appendix I.1 (8 x 5 NBD) (0-10 points).

30

Table 1. Qualitative award criteria

The following equation will be applied to obtain the total Quality Score (QS):

EUROPEAN UNION SATELLITE CENTRE REFERENCE: SATCEN OP-04/19

ANNEX I Page 13 of 21

𝑄𝑆 = 𝑄1 + 𝑄2 + 𝑄3

Following the appraisal of the quality award criteria, tenders will be evaluated with regard to the total

price quoted in the Economic Offer for all the devices and services offered.

For each tender, the financial score (FS) will be calculated using the following formula:

𝐹𝑆 =𝑃𝑚𝑖𝑛

𝑃𝑡𝑒𝑛𝑑𝑒𝑟 × 100

Where:

FS = financial score of the tender under evaluation. Pmin = the lowest total price offered among eligible tenders. Ptender = total price of the tender under evaluation.

The contract will be awarded to the tenderer whose bid has obtained the highest final score, resulting

from adding the “quality score” and the “financial score”, according to the following formula:

𝐹𝐼𝑁𝐴𝐿 𝑆𝐶𝑂𝑅𝐸 = 0.6 x 𝑄𝑆 (𝑄𝑢𝑎𝑙𝑖𝑡𝑦 𝑆𝑐𝑜𝑟𝑒) + 0.4 x 𝐹𝑆 (𝐹𝑖𝑛𝑎𝑛𝑐𝑖𝑎𝑙 𝑆𝑐𝑜𝑟𝑒)

The maximum final score is 100 points.

The framework contract will be awarded through an open procurement procedure, governed by the

rules laid down in the SatCen’s procurement manual, available at:

https://www.satcen.europa.eu/key_documents/20170111_SatCen_procurementmanual587c8545f9d71d157ce2254e.pdf

Completing the procedure of this call for tenders in no way imposes on the SatCen an obligation to

award the contract. SatCen shall not be liable for any compensation with respect to tenderers whose

offers have not been accepted, nor shall SatCen be liable when deciding not to award the Contract.

EUROPEAN UNION SATELLITE CENTRE REFERENCE: SATCEN OP-04/19

ANNEX I Page 14 of 21

The SatCen will not reimburse expenses incurred in preparing and submitting tenders.

Once the SatCen has accepted the tender, it shall become the property of SatCen and the SatCen shall

treat it confidentially.

Variants are not allowed.

The contract shall not be awarded to tenderers who, during the procurement procedure:

a) are subject to a conflict of interest;

b) are guilty of misrepresentation in supplying the information required by SatCen as a

condition of participation in the contract award procedure or fail to supply this information;

c) attempt to obtain confidential information, enter into unlawful agreements with

competitors or influence the evaluation committee or SatCen’s staff members or Directors

during the process of examining, clarifying, evaluating and comparing tenders.

All the above-mentioned circumstances shall lead to the rejection of an offer and may result in

administrative penalties.

Tenders can be submitted by consortia of two or more Economic Operators (“joint tenders”). Each

Economic Operator forming the bidding grouping or consortium will be required to become a party to

the contract in the case of award, and shall assume joint and several liability towards the Contracting

Authority for the fulfilment of the terms and conditions of the contract.

For the purposes of tender submission, members of the consortium or grouping shall submit a signed

letter of intent (free format) confirming their participation in case the contract is awarded.

The SatCen will not request consortia to have a given legal form in order to be allowed to submit a

tender, but reserves the right to require a consortium or grouping to adopt a given legal form before

the contract is signed if this change is necessary for the proper performance of the contract.

The offer has to be signed by all members of the group. However, if the members of the group so desire they may attach to their offer a power of attorney (free format), granting in favour of the leader of the grouping/consortium the power to undertake on their behalf the following acts:

1. Sign and submit a tender and any other related document in respect of the present call for tenders.

2. Sign the contract and any amendment thereto.

3. Submit invoices and any other contractual documents.

4. Act as a point of contact for the SatCen as regards the supplies and services under the contract.

EUROPEAN UNION SATELLITE CENTRE REFERENCE: SATCEN OP-04/19

ANNEX I Page 15 of 21

5. Co-ordinate the provision of the supplies and services to the SatCen and ensure the proper administration of the contract.

The power of attorney in favour of the consortium leader must be dated and signed by the authorised

representatives of all the members of the consortium/grouping.

The composition of the grouping must not be altered during the life of the contract. After the award

of the contract, no grouping or consortium member can be replaced without the Contracting

Authority’s prior written authorisation and without the new member having signed the contract.

Partners in a joint offer assume joint and several liability towards the SatCen for the performance

of the contract as a whole.

All members of the consortium shall meet the exclusion criteria established in Section 3.3.

Tenderers shall provide in their tenders a list of the activities that they intend to subcontract and

details of the subcontractors. If the subcontractors cannot already be clearly identified by the

Contractor, the Contractor should at least provide a list of potential subcontractors in the bid. The

criteria and rationale for choosing the subcontractors identified in the bids should be explained and

justified.

The contractor may not select subcontractors other than those identified in the tender, unless they

obtain the prior written authorisation of the Contracting Authority.

Subcontractors must provide a signed letter of intent (free format) that confirms their participation in

case of award of the contract.

The subcontractors identified must be able to guarantee the application of the same quality standards,

quality assurance, risk management as applied by the contractor.

As regards the liability towards the SatCen, tasks provided for in the contract may be entrusted to subcontractors, but the contractor retains full liability towards the SatCen for performance of the contract as a whole. Accordingly:

The SatCen will treat all contractual matters (e.g. payments) exclusively with the Contractor, whether or not the tasks are performed by a subcontractor;

The SatCen will privilege direct contacts with the Contractor, who is responsible for executing the contract;

Under no circumstances can the Contractor avoid liability towards the SatCen on the grounds that the subcontractor is at fault. The Contractor remains notably fully responsible for timely execution.

EUROPEAN UNION SATELLITE CENTRE REFERENCE: SATCEN OP-04/19

ANNEX I Page 16 of 21

A contract which includes subcontracting is subject to certain general conditions, in particular the

provisions of the draft contract on subcontracting, checks and audits, and confidentiality. A statement

of confidentiality may be required to be submitted to the SatCen.

The subcontracting arrangement between the Contractor and its subcontractor is supposed to render

directly applicable all those contractual obligations with regard to the SatCen to the subcontractor.

Tenderers must inform the subcontractor(s) and include a reference in their sub-contracting agreement that Article II.7 of the draft contract may be applied to subcontractors. All subcontractors shall meet the exclusion criteria established in Section 3.3.

The tender calendar, as currently envisaged, incorporates the following key dates:

Launch of the procedure (dispatch of contract notice to TED) 26-08-2019

Closing date for receiving questions 24-09-2019

Closing date for the submission of tenders 07-10-2019 (at 23:59 h)

Opening session 15-10-2019 (at 12:00 h)

Signature of contract October/November 2019

Contacts between the SatCen and the tenderers may take place only in exceptional circumstances and

under the following conditions only:

Before the date of dispatch of tenders:

At the request of tenderers, the SatCen may provide additional information solely for the purpose of clarifying procurement documents and the nature of the contract. Any requests for clarifications or for additional information must be made by e-mail to [email protected]. Both the requests for clarifications or for additional information and the responses provided by the

SatCen will be published on the SatCen website:

https://www.satcen.europa.eu/Procurement/ongoing-calls-tender.

Requests received less than six (6) working days before the closing date for submission of tenders will

not be processed.

SatCen may, on its own initiative, inform interested parties of any error, inaccuracy, omission or any

other clerical error in the text of the procurement documents. This information will be published on

the SatCen Website:

https://www.satcen.europa.eu/Procurement/ongoing-calls-tender.

The website will be updated regularly and it is the responsibility of potential tenderers to check for

updates and modifications during the tendering period.

EUROPEAN UNION SATELLITE CENTRE REFERENCE: SATCEN OP-04/19

ANNEX I Page 17 of 21

After the dispatch of tenders:

The Contracting Authority may contact the tenderer if any clarification is required or if obvious clerical error(s) in the tender need(s) to be corrected.

Tenderers are expected to provide a technical proposal and a financial offer for the devices and

services described in Appendix I.1.

Rules regarding the submission of tenders are provided in the Invitation to Tender.

Tenderers must observe precisely the indications provided in the invitation to tender in order to

ensure their tenders are admissible.

Late delivery will lead to the non-admissibility of the tender and its rejection from the award

procedure for this contract.

All tenders must be presented in four envelopes:

Envelope one: Administrative part

Envelope two: Technical Proposal

Envelope three: Economic Offer

Envelope four: Electronic Copy

Tenders shall include an administrative file, containing the documents listed below:

Envelope 1: ADMINISTRATIVE DOCUMENTS and DOCUMENTS RELATING TO EXCLUSION and FINANCIAL AND ECONOMIC SELECTION CRITERIA

a) A cover letter signed by the authorised representative of the tenderer or consortium leader. The signed cover letter must be an original document (not a copy).

This letter must include:

the identity of the tenderer,

a contact person (and a contact email),

if applicable, identification of the consortium members and/or subcontractors, indicating the proportion of the contract that the tenderer intends to subcontract,

a confirmation of the validity of the tender during at least 3 months, and

the acceptance of the terms and conditions included in the Tender Documents.

b) The Legal Entity Form signed by the tenderer’s authorised representative

EUROPEAN UNION SATELLITE CENTRE REFERENCE: SATCEN OP-04/19

ANNEX I Page 18 of 21

The form is available at:

http://ec.europa.eu/budget/library/contracts_grants/info_contracts/legal_entities/legEnt_privComp_en.pdf

The Legal Entity Form must be completed and signed by all the participating entities, including members of bidding consortia and subcontractors.

The Legal Entity Form must be accompanied by all the supporting documents indicated in the form (copies of register(s) of companies, official gazette, vat registration, etc.)

The signed Legal Entity Form may be an original or a copy (*).

c) The Financial identification form duly filled in and signed by a tenderer’s authorised representative and the Tenderer’s banker.

Only one financial identification form per offer should be submitted (no form is needed for subcontractors and individual members of the bidding grouping). The form is available at:

http://ec.europa.eu/budget/library/contracts_grants/info_contracts/financial_id/fich_sign_ba_gb_en.pdf The signed Financial Identification Form may be an original or a copy (*).

d) a copy of the power of attorney or notice of appointment of:

1. the person(s) signing the cover letter and submitting the bid on behalf of the tenderer.

2 the person(s) signing the power of attorney on behalf of the consortium members in favour of the consortium leader (in case of joint bidding).

The power of attorney or notice of appointment may be an original or a copy (*).

e) The duly filled in, signed, stamped and dated declaration(s) on honour relating to exclusion and selection criteria using the template provided in Appendix I.2.

The declaration on honour must be completed and signed by all the participating entities, including members of bidding consortia and subcontractors.

The signed declaration on honour must be an original document (not a copy).

f) In case of consortia:

1. A power of attorney (original or copy, free format), signed by all the members of the grouping, authorising one of its members (e.g. the leader of the grouping/consortium) to submit a tender and sign the contract in the name and on behalf of the other consortium members, and to manage the contract, including any amendment thereof in the name and on behalf of the other consortium members.

2. A signed letter of intent (original or copy) confirming the participation of consortium members in case the contract is awarded.

EUROPEAN UNION SATELLITE CENTRE REFERENCE: SATCEN OP-04/19

ANNEX I Page 19 of 21

The power of attorney in favour of the consortium’s leader may be original or a copy (*).

g) In case of subcontractors:

A signed, stamped and dated letter of intent (free format) confirming subcontractors’ participation in case of award of the contract.

The subcontractors’ signed letter of intent may be an original or a copy (*).

h) Evidence of tenderer’s economic and financial capacity as required in Section 3.4.2.:

1. Profit and loss accounts and balance sheets for the past two financial years for which accounts have been closed.

2. Duly filled in and signed statement on average turnover as per Appendix I.3 (original document, not a copy).

i) Evidence of tenderer’s technical and professional capacity as required in Section 3.4.3. (original or a copy) (*):

1. Document of appointment as a certified partner/distributor of the original system provider/software owner.

2. CV(s) of the proposed technician(s)

(*) If copies are submitted, the originals must be dispatched to the Contracting Authority upon

request.

Tenderers must include in their tenders the technical proposal addressing all aspects detailed in

Appendix I.1 and demonstrating a good understanding of the Technical Specifications.

Technical proposals shall be clear and concise (maximum 10 pages) and shall be written in English.

Tenderers’ technical proposal, as well as the present Tender Specifications, shall be an integral part of

the contract and will constitute an annex to the contract.

The technical proposal must comply with the Tender Specifications laid down herein and provide, as

a minimum, all the information needed for evaluating the tender’s quality based on the award criteria

set out above in Section 3.5.1.

Incompleteness of this Section can only result in a negative impact in the evaluation of award criteria.

Please note also, that proposals deviating from the technical specifications (Annex I.1) will be rejected

for non-conformity.

Technical proposals should cover as a minimum the following list of topics:

1. A detailed description of the proposed storage devices, software license and required services.

2. An explanation regarding the suitability and compatibility of the proposed devices and software

license with SatCen’s current NetApp and Commvault environment.

EUROPEAN UNION SATELLITE CENTRE REFERENCE: SATCEN OP-04/19

ANNEX I Page 20 of 21

3. Proposed methodology to ensure delivery within 3 weeks from contract signature, management

of delays and other possible incidents.

4. Proposed action plan for the onsite installation, configuration, migration and start-up of the new

data storage devices and the conversion of current controller devices before 31-12-2019,

including a description of the methodology, tools and manpower and a detailed schedule for the

performance of the tasks.

5. Proposed duration of the hardware maintenance and software support services over and above

the minimum 1-year period, as required in Section 1.2 of this document and Appendix I.1.

6. Proposed availability and responsiveness of the hardware maintenance and software support

services over and above the minimum service level required in Appendix I.1 (8 x 5 NBD).

Tenderers shall provide a signed and dated economic offer, which must include: the total price for all

the devices, software license and services offered and a price breakdown for each of such devices,

software license and services.

The prices shall be quoted considering the following:

₋ failure to provide prices for any of the items or services indicated in Appendix I.1 may lead to a rejection of the bid.

₋ the economic offer is binding on the tenderer and the prices proposed will be considered as the prices of the contract;

₋ prices quoted shall be all inclusive, namely reflecting all direct and indirect costs relating to the performance of the contract (including, without limitations, storage, transport, delivery, installation and configuration of the devices, hardware maintenance and software support, travel, accommodations, subsistence expenses, contract management and overheads);

₋ prices must be expressed in Euro; ₋ prices should be quoted free of all duties, taxes and other charges, i.e. also free of VAT; ₋ prices shall not be conditional and be directly applicable.

The financial proposal shall be completely clear. Your tender may be ruled ineligible if it contains any statements preventing an accurate and complete comparison of the tenders (such as “To be discussed”, “Conditional to”, “Depending on X” etc.).

An electronic copy in PDF format of the complete tender shall be provided on a USB flash drive. The

electronic file shall be structured in three separate folders each containing an electronic copy of the

(i) Administrative part, (ii) Technical proposal; and (iii) Economic Offer.

Tenderers warrant that they have taken reasonable steps (such as performing scans with

appropriate updated antiviruses) to ensure that the content of the electronic copy is free of viruses,

malware, spyware, worms or other disabling features which may affect systems.

EUROPEAN UNION SATELLITE CENTRE REFERENCE: SATCEN OP-04/19

ANNEX I Page 21 of 21

Appendix I.1 – Technical Specifications

Appendix I.2 - Declaration on honour

Appendix I.3 - Statement of average annual turnover