Date of dispatch of this notice: 05/12/2014
Expire date: 22/01/2015
External Reference: 2014-927436
TED Reference: 2014/S 238-419374
Date of dispatch of this notice: 05/12/2014
Expire date: 22/01/2015
External Reference: 2014-927436
TED Reference: 2014/S 238-419374
RFT 11/14 - Request for Tender for Network Equipment Supply and Maintenance
Co. Donegal
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”).
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.
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.
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.
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 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.
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.
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.
To be agreed with the successful framework contractor.
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.
As per tender documentation available from www.etenders.gov.ie
As per tender documentation available from www.etenders.gov.ie
As per eligibility criteria as set out in the request for tender documentation available from www.etenders.gov.ie
As per eligibility criteria as set out in the request for tender documentation available from www.etenders.gov.ie
As per eligibility criteria as set out in the request for tender documentation available from www.etenders.gov.ie
As per eligibility criteria as set out in the request for tender documentation available from www.etenders.gov.ie
RFT 11/14
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
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.
Please contact a legal advisor.