Contract notice

Information

Published

Date of dispatch of this notice: 09/03/2015

Expire date: 22/04/2015

External Reference: 2015-914392

TED Reference: 2015/S 052-090735

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)

Waterford & Wexford Education & Training Board
3185886NH
Ardcavan Business Park
Co.Wexford  Ardcavan
IE
Further information can be obtained from: The above mentioned contact point(s)
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 above mentioned contact point(s)
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:

Contract for On-Site Senior System Engineer

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:

    Waterford and Wexford

    NUTS code
    South-East (IE)
    II.1.3)

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

    The notice involves a public contract
    II.1.5)

    Short description of the contract or purchase(s)

    WWETB is made up of 13 Post Primary Schools, 12 Adult Learning/Education Centres, 6 YouthReach Centres, 3 Adult Education Offices, Adult Guidance Service, 2 Training Centres and three Administration Offices with Head Office located in Ardcavan Business Park, Ardcavan, Wexford. WWETB incorporates a number of Schools, Educational facilities, Training Centres and administrative offices with a variety of daily opening times and also a significant amount of ‘holiday periods’. This determines to a large extent the timing and balance of work between day to day maintenance and annual maintenance/upgrade projects. It is therefore important to be able to resource projects appropriately to ensure that the maximum access to equipment is availed off during down time. This contract is designed to allow WWETB to service the day to day needs of IT support to minimise any equipment downtime while the schools are operational in line with certain annual and periodical maintenance which will need to be undertaken during holiday periods. The Engineer(s) concerned will be working with the staff of the IT Department in WWETB and any third parties contracted to provide ICT Maintenance and Support to centres in WWETB.

    The following are within the scope of this tender:

    (I) Provision of Dedicated On-Site Senior System Engineer for WWETB who will report directly to the to IT Manager of WWETB who will direct all work to be undertaken. It is envisaged that the service will be required to commence early May 2015.

    (ii) Provision of all necessary insurance, equipment, transport and any other elements required for the Senior System Engineer to successfully carry out their duties.

    The contract will initially run for two years. Subject to satisfactory provision of the contracted service, by the successful tenderer, WWETB may consider extending the contract for periods up to a maximum of three additional years.

    II.1.6)

    Common procurement vocabulary (CPV)

    72000000   IT services: consulting, software development, Internet and support
    72500000   Computer-related services
    72610000   Computer support services
    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:  no
    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:

    On-site support services 5 days per week for 2 years.

    II.2.2)

    Information about options

    Options: yes
    Description of these options:

    Subject to satisfactory performance and ongoing need, the contract may be extended for a further period of up to 3 years.

    Provisional timetable for recourse to these options:
    in months: 24 (from the award of the contract)
    II.2.3)

    Information about renewals

    This contract is subject to renewal: yes
    Number of possible renewals: 
    Range: between   1  and  3
    II.3)

    Duration of the contract or time limit for completion

    Duration in months: 060 (from the award of the contract)

    Section III: Legal, economic, financial and technical information

    III.1)

    Conditions relating to the contract

    III.1.1)

    Deposits and guarantees required:

    Not applicable

    III.1.2)

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

    To be agreed with the successful service provider.

    III.1.3)

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

    A grouping if successful must be prepared to contract as a single entity having joint and several liability.

    III.1.4)

    Other particular conditions

    The performance of the contract is subject to particular conditions: no
    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:

    Please refer to the tender document available to download from www.etenders.gov.ie using System ID RFT No. 93579.

    III.2.2)

    Economic and financial ability

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

    Please refer to the tender document available to download from www.etenders.gov.ie using System ID RFT No. 93579.

    Minimum level(s) of standards possibly required:
    III.2.3)

    Technical capacity

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

    Please refer to the tender document available to download from www.etenders.gov.ie using System ID RFT No. 93579.

    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.3.2)

    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

    22.04.2015 - 12:00
    IV.3.6)

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

    EN,GA
    IV.3.7)

    Minimum time frame during which the tenderer must maintain the tender

    Duration in months: 012 (from the date stated for receipt of tender)
    IV.3.8)

    Conditions for opening tenders

    Place: 
    IE
    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: no
    VI.3)

    Additional information:

    1) Interested parties must register their interest on the eTenders web site (www.etenders.gov.ie) in order 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) Contract award will be subject to the approval of the competent authorities.

    5) It will be a condition of award that candidates are tax compliant and are in a position to produce a valid tax clearance certificate from the Revenue Commissioners when requested.

    6) If for any reason it is not possible to award the contract to the tenderers invited following the conclusion of this competitive process or if the appointed service provider fails to meet their obligations under the contract, the contracting authority reserves the right to award the contract to the next highest scoring tenderer.

    7) At its absolute discretion, the contracting authority may elect to terminate this procurement process 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 tenders with missing or incomplete information. Therefore, tenderers are advised to ensure that they return fully completed tenders in order to avoid the risk of elimination from the competition.

    10) Tenderers must take account of this tender document and any clarifications issued via the etenders system in preparing their submissions.

    VI.4)

    Procedures for appeal

    VI.4.1)

    Body responsible for appeal procedures

    The High Court
    Inns Quay
    7  Dublin
    IE
    E-mail: highcourtcentraloffice@courts.ie
    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:

    The contracting authority will not conclude this contract to which a standstill period applies in accordance with Irish Statutory Instrument SI 130 of 2010, until after the expiry of the standstill period which commences on the day following the date of notification of concerned tenderers. The duration of the standstill period will be 14 calendar days where notifications are sent electronically or by fax and 16 calendar days where these are sent by any other means. The Statutory Instrument mentioned above provides that review procedures are available in the High Court to a person who has or has had an interest in obtaining the contract and alleges that he or she has been harmed or is at risk of being harmed by an infringement of the law in relation to that contract.

    VI.4.3)

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

    Please consult a legal advisor
    Internet address: