Contract notice

Information

Published

Date of dispatch of this notice: 05/12/2014

Expire date: 22/01/2015

External Reference: 2014-927436

TED Reference: 2014/S 238-419374

Contract notice

Cached Version

Contract notice

Classic Sector

Directive 2004/18/EC

Services

Section I: Contracting authority

I.1)

Name, addresses and contact point(s)

Letterkenny Institute of Technology
N/A
Port Road
Letterkenny  Co. Donegal
IE
For the attention of: Grainne McBrearty
Telephone: +353 74-9186000
E-mail: grainne.mcbrearty@lyit.ie
Fax: +353 74-9186005
Internet address(es):
General address of the contracting authority: http://www.lyit.ie
Address of the buyer profile: http://irl.eu-supply.com/ctm/Supplier/CompanyInformation/Index/1139
Electronic access to information: http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=83221&B=ETENDERS_SIMPLE
Electronic submission of tenders and requests to participate: http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=83221&B=ETENDERS_SIMPLE
Further information can be obtained from:
Liam McIntyre
Letterkenny Institute of Technology
Letterkenny
IE
Telephone: +353 749186140
E-mail: liam.mcintyre@lyit.ie
Internet address: www.lyit.ie
Specifications and additional documents (including documents for a dynamic purchasing system) can be obtained from:The above mentioned contact point(s)
Tenders or requests to participate must be sent to:
The President
Letterkenny Institute of Technology
Letterkenny
IE
Contact point(s): Fiona Gallagher
For the attention of: Liam McIntyre
Telephone: +353 749186142
E-mail: fiona.gallagher@lyit.ie
Internet address: www.lyit.ie
I.2)

Type of the contracting authority

Body governed by public law
I.3)

Main activity

  • Education
I.4)

Contract award on behalf of other contracting authorities

The contracting authority is purchasing on behalf of other contracting authorities: no

Section II: Object of the contract

II.1)

Description

II.1.1)

Title attributed to the contract by the contracting authority:

RFT 11/14 - Request for Tender for Network Equipment Supply and Maintenance

II.1.2)

Type of contract and location of works, place of delivery or of performance

Services
    Category No7:  Computer and related services
    Main site or location of works, place of delivery or of performance:

    Co. Donegal

    NUTS code
    Border
    II.1.3)

    Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)

    The notice involves the establishment of a framework agreement
    II.1.4)

    Information on framework agreement

    Framework agreement with a single operator
    Duration of the framework agreement
    Duration in months: 36
    Estimated total value of purchases for the entire duration of the framework agreement
    Estimated cost excluding VAT
    Range: between  150000  and 250000  EUR
    Frequency and value of the contracts to be awarded:
    II.1.5)

    Short description of the contract or purchase(s)

    Letterkenny Institute of Technology requires establishing a contract with a suitably qualified and experienced contractor to supply network equipment and provide a quality service for the maintenance and support of existing data network equipment.

    The purpose of this competition is to establish a contract with a single contractor for the combined two lots:

    Lot 1: Supply of Network Equipment and Software Licenses (“the Goods”).

    Lot 2: Maintenance and Support for existing Cisco Network and new network equipment (“the Services”).

    II.1.6)

    Common procurement vocabulary (CPV)

    50312300   Maintenance and repair of data network equipment
    32413100   Network routers
    32415000   Ethernet network
    32418000   Radio network
    32422000   Network components
    32424000   Network infrastructure
    32427000   Network system
    32428000   Network upgrade
    72315100   Data network support services
    32420000   Network equipment
    II.1.7)

    Information about Government Procurement Agreement (GPA)

    The contract is covered by the Government Procurement Agreement (GPA):  yes
    II.1.8)

    Lots

    This contract is divided into lots:  yes
    Tenders may be submitted for  all lots
    II.1.9)

    Information about variants

    Variants will be accepted:  no
    II.2)

    Quantity or scope of the contract

    II.2.1)

    Total quantity or scope:

    Letterkenny Institute of Technology (LYIT) intends to establish a single operator framework agreement to supply data network equipment, software licences and provide a quality service for the maintenance and support of existing data network equipment and any new data equipment.

    Estimated cost excluding VAT
    Range: between  150000  and 250000  EUR
    II.2.2)

    Information about options

    Options: no
    II.2.3)

    Information about renewals

    This contract is subject to renewal: yes
    Number of possible renewals: 
    Range: between   1  and  2
    In the case of renewable contracts, estimated time-frame for subsequent calls for competition: 
    in months: 12 (from the award of the contract)
    II.3)

    Duration of the contract or time limit for completion

    Duration in months: 036 (from the award of the contract)

    Information about lots

    Lot No: 1  Lot title: Supply of Network Equipment and Software Licenses (“the Goods”).
    1)

    Short description:

    Lot 1: Supply of Network Equipment and Software Licenses (“the Goods”). Letterkenny Institute of Technology wishes to establish a contract with a suitably qualified and experienced contractor to supply network equipment and associated software licenses.

    2)

    Common procurement vocabulary (CPV)

    32420000   Network equipment
    32413100   Network routers
    32415000   Ethernet network
    32418000   Radio network
    32422000   Network components
    32424000   Network infrastructure
    32427000   Network system
    32428000   Network upgrade
    3)

    Quantity or scope:

    Letterkenny Institute of Technology (LYIT) intends to establish a single operator framework agreement to supply data network equipment, software licences to its Letterkenny and Killybegs campuses in Co Donegal. The contract will be initially for a term of 36 months with the options to extend it up to 12 months with a maximum of 2 such extensions.

    Estimated cost excluding VAT
    Range: between  80000  and 120000  EUR
    4)

    Indication about different date for duration of contract or starting/completion

    Duration in months: 36 (from the award of the contract)
    5)

    Additional information about lots:

    The appointed contractor will supply data network and software licenses as per tender specification. The initial equipment requirements are funded by the European Union’s INTERREG IVA Programme. Outside the scope of the European Union’s INTTERREG IVA Programme works, this contract will include the provision of equipment for LYIT throughout the life time of the contract.

    Lot No: 2  Lot title: Maintenance and Support for existing Cisco Network and new network equipment (“the Services”).
    1)

    Short description:

    Lot 2: Maintenance and Support for existing Cisco Network and new network equipment (“the Services”).

    Letterkenny Institute of Technology requires establishing a contract with a suitably qualified and experienced contractor to provide a quality service for the maintenance and support of existing data network equipment.

    2)

    Common procurement vocabulary (CPV)

    50300000   Repair, maintenance and associated services related to personal computers, office equipment, telecommunications and audio-visual equipment
    50312300   Maintenance and repair of data network equipment
    72315100   Data network support services
    50312310   Maintenance of data network equipment
    50312320   Repair of data network equipment
    3)

    Quantity or scope:

    Letterkenny Institute of Technology (LYIT) intends to establish a single operator framework agreement to provide a quality service for the maintenance and support of existing data network equipment and any new data equipment. The contract will be initially for a term of 36 months with the options to extend it up to 12 months with a maximum of 2 such extensions.

    Estimated cost excluding VAT
    Range: between  70000  and 130000  EUR
    4)

    Indication about different date for duration of contract or starting/completion

    Duration in months: 36 (from the award of the contract)
    5)

    Additional information about lots:

    The Institute wishes to establish a contract with a suitably qualified and experienced contractor to provide a quality service for the support and maintenance of existing data network infrastructure and proposed new data equipment, including all associate equipment and software.

    Section III: Legal, economic, financial and technical information

    III.1)

    Conditions relating to the contract

    III.1.2)

    Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them

    To be agreed with the successful framework contractor.

    III.1.3)

    Legal form to be taken by the group of economic operators to whom the contract is to be awarded:

    Where a group of suppliers submit a Tender in response to this RFT the Contracting Authority will deal with all matters relating to this public procurement competition through the entity who will carry overall responsibility for the performance of both Contracts only (“Prime Contractor”), irrespective of whether or not tasks are to be performed by a subcontractor and/or consortium member. The Tenderer must clearly set out:

    a) The full legal name of the Prime Contractor together with its registered business address (where applicable), registered business name (where applicable), company registration number (where applicable), telephone and e-mail contact details.

    b) The names of all subcontractors and/or consortium members who will be involved in the supply of the both the Goods and the Services.

    c) A description of the role to be fulfilled by each subcontractor and/or consortium member; and

    d) The name, title, telephone number, postal address, facsimile number and e-mail address of the nominated contact personnel authorised to represent the Prime Contractor, within the organisation of the Prime Contractor, to whom all communications shall be directed and accepted until this public procurement competition has been completed or terminated. Correspondence from any other person (including from any subcontractor and/or consortium member) will NOT be accepted, acknowledged or responded to.

    III.1.4)

    Other particular conditions

    The performance of the contract is subject to particular conditions: yes
    Description of particular conditions: 

    As per tender documentation available from www.etenders.gov.ie

    III.2)

    Conditions for participation

    III.2.1)

    Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers

    Information and formalities necessary for evaluating if the requirements are met:

    As per tender documentation available from www.etenders.gov.ie

    III.2.2)

    Economic and financial ability

    Information and formalities necessary for evaluating if the requirements are met:

    As per eligibility criteria as set out in the request for tender documentation available from www.etenders.gov.ie

    Minimum level(s) of standards possibly required:

    As per eligibility criteria as set out in the request for tender documentation available from www.etenders.gov.ie

    III.2.3)

    Technical capacity

    Information and formalities necessary for evaluating if the requirements are met:

    As per eligibility criteria as set out in the request for tender documentation available from www.etenders.gov.ie

    Minimum level(s) of standards possibly required:

    As per eligibility criteria as set out in the request for tender documentation available from www.etenders.gov.ie

    III.3)

    Conditions specific to services contracts

    III.3.1)

    Information about a particular profession

    Execution of the service is reserved to a particular profession: no
    III.3.2)

    Staff responsible for the execution of the service

    Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: yes

    Section IV: Procedure

    IV.1)

    Type of procedure

    IV.1.1)

    Type of procedure

    Open
    IV.2)

    Award criteria

    IV.2.1)

    Award criteria

    The most economically advantageous tender in terms of , the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
    IV.2.2)

    Information about electronic auction

    An electronic auction will be used: no
    IV.3)

    Administrative information

    IV.3.1)

    File reference number attributed by the contracting authority

    RFT 11/14

    IV.3.2)

    Previous publication(s) concerning the same contract

    no
    IV.3.3)

    Conditions for obtaining specifications and additional documents or descriptive document

    Payable documents: no
    IV.3.4)

    Time limit for receipt of tenders or requests to participate

    15.01.2015 - 15:00
    IV.3.6)

    Language(s) in which tenders or requests to participate may be drawn up

    EN
    IV.3.8)

    Conditions for opening tenders

    Persons authorised to be present at the opening of tenders: no

    Section VI: Complementary information

    VI.1)

    Information about recurrence

    This is a recurrent procurement: no
    VI.2)

    Information about European Union funds

    The contract is related to a project and/or programme financed by European Union funds: yes
    Reference to project(s) and/or programme(s):

    The initial equipment requirements is funded by the European Union’s INTERREG IVA Programme. Outside the scope of the European Union’s INTTERREG IVA Programme works, this contract will included the provision of equipment for LYIT throughout the life time of the contract

    VI.3)

    Additional information:

    1) Interested parties must register their interest on the eTenders web site (www.etenders.gov.ie) inorder to be included on the mailing list for clarifications. All information relating to attachments, including clarifications and changes, will be published on the irish government procurement opportunities portal(www.etenders.gov.ie)only.Registration is free of charge. The contracting authority will not accept responsibility for information relayed (or not relayed) via third parties.

    2) This is the sole call for competition for this service.

    3) The contracting authority will not be responsible for any costs, charges or expenses incurred by candidates or tenderers.

    4) Establishment of this framework will be subject to the approval of the competent authorities.

    5) It will be a condition of establishment that candidates and all sub-contractors produce a valid tax clearance certificate from the Irish revenue commissioners as part of their application for participation in the competition.

    6) If for any reason it is not possible to admit to the framework agreement the tenderers invited following the conclusion of this competitive process, the contracting authority reserves the right to invite the next highest scoring tenderers to join the framework agreement as appropriate.

    This shall be without prejudice to the right of the contracting authority to cancel this competitive process and/or initiate a new contract award procedure at its sole discretion.

    7) At its absolute discretion, the contracting authority may elect to terminate this procurement process, the framework agreements or any contract awarded under the framework agreements at any time.

    8) Please note in relation to all documents, that where reference is made to a particular standard, make, source, process, trademark, type or patent, that this is not to be regarded as a de facto requirement. In all such cases it should be understood that such indications are to be treated strictly and solely for reference purposes only, to which the words “or equivalent“ will always be appended.

    9) Without prejudice to the principle of equal treatment, the contracting authority is not obliged to engage in a clarification process in respect of missing or incomplete information. Therefore, candidates are advised to ensure that they return fully completed tenders in order to avoid the risk of elimination from the competition.

    VI.4)

    Procedures for appeal

    VI.4.1)

    Body responsible for appeal procedures

    High Court
    Inns Quay
    Dublin 7 Ireland
    Internet address: http://www.courts.ie
     

    Body responsible for mediation procedures

    VI.4.2)

    Lodging of appeals

    Precise information on deadline(s) for lodging appeals:

    Please contact a legal advisor.

    VI.4.3)

    Service from which information about the lodging of appeals may be obtained