Contract notice

Information

Published

Date of dispatch of this notice: 18/07/2017

Expire date: 08/09/2017

External Reference: 2017-384174

TED Reference: 2017/S 137-281229

Contract notice

Cached Version

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Department of Transport, Tourism & Sport
N/A
Driver and Vehicle Computer Services Division
Shannon Town Centre
County Clare
IE
Contact person: Matt O'Connor
Telephone: +353 61365000
Fax: +353 61363480
NUTS code:  IE0 -  IRELAND
Internet address(es):
Main address: www.dttas.ie

I.3)

Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at:  
http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=115906&B=ETENDERS_SIMPLE
Additional information can be obtained from
the abovementioned address:  
Tenders or requests to participate must be submitted
Tenders or requests to participate must be submitted
to the abovementioned address
I.4)

Type of the contracting authority

National or federal agency/office
I.5)

Main activity

General public services

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

ITT for Network(Lan and Wan) and Security for the NVDF
Reference number:  DVCSDMS
II.1.2)

Main CPV code

72720000  -  Wide area network services
II.1.3)

Type of contract

Services
II.1.4)

Short description

ITT for Network(Lan and Wan) and Security for the NVDF
II.1.5)

Estimated total value

Value excluding VAT: 600000.00  EUR
II.1.6)

Information about lots

This contract is divided into lots: no
II.2)

Description

II.2.2)

Additional CPV code(s)

30237110  -  Network interfaces
32400000  -  Networks
32410000  -  Local area network
32412000  -  Communications network
32412100  -  Telecommunications network
32412110  -  Internet network
32412120  -  Intranet network
32420000  -  Network equipment
32424000  -  Network infrastructure
32430000  -  Wide area network
35100000  -  Emergency and security equipment
35121000  -  Security equipment
48210000  -  Networking software package
48730000  -  Security software package
48821000  -  Network servers
50312300  -  Maintenance and repair of data network equipment
50312310  -  Maintenance of data network equipment
50610000  -  Repair and maintenance services of security equipment
72212200  -  Networking, Internet and intranet software development services
72212214  -  Network operating system software development services
72315000  -  Data network management and support services
72315100  -  Data network support services
72315200  -  Data network management services
72700000  -  Computer network services
72710000  -  Local area network services
79700000  -  Investigation and security services
79710000  -  Security services
II.2.3)

Place of performance

NUTS code:  IE0 -  IRELAND
II.2.4)

Description of the procurement

ITT for Network(Lan and Wan) and
Security for the NVDF
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)

Estimated value

Value excluding VAT: 600000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24
This contract is subject to renewal: yes
Description of renewals:  
renewal for one year
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: no
II.2.12)

Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no

Section III: Legal, economic, financial and technical information

III.1)

Conditions for participation

III.1.1)

Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:  (1) All candidates will be required to produce a certificate or declaration demonstrating that they are not bankrupt or the subject of an administration order, are not being wound-up, have not granted a trust deed, are not the subject of a petition presented for sequestration of their estate, have not had a receiver, manager or administrator appointed and are not otherwise apparently insolvent.
(2) All candidates will be required to produce a certificate or declaration demonstrating that the candidate, their directors, or any other person who has powers of representation, decision or control of the candidate has not been convicted of conspiracy, corruption, bribery, or money laundering. Failure to provide such a declaration will result in the candidate being declared ineligible and they will not be selected to participate in this procurement process.
(3) All candidates will be required to produce a certificate or declaration demonstrating that they have not been convicted of a criminal offence relating to the conduct of their business or profession.
(4) All candidates will be required to produce a certificate or declaration demonstrating that they have not committed an act of grave misconduct in the course of their business or profession.
(5) Any candidate found to be guilty of serious misrepresentation in providing any information required, may be declared ineligible and not selected to continue with this procurement process.
(6) All candidates will be required to produce a certificate or declaration demonstrating that they have fulfilled obligations relating to the payment of social security contributions under the law or of the relevant State in which the candidate is established
(7) All candidates will be required to produce a certificate or declaration demonstrating that they have fulfilled obligations relating to the payment of taxes under the law or of the relevant State in which the economic operator is established.
III.1.2)

Economic and financial standing

Selection criteria as stated in the procurement documents
III.1.3)

Technical and professional ability

Selection criteria as stated in the procurement documents
III.2)

Conditions related to the contract

III.2.1)

Information about a particular profession

Execution of the service is reserved to a particular profession
III.2.3)

Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Open procedure
IV.1.3)

Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement
Framework agreement with a single operator
IV.1.8)

Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: no
IV.2)

Administrative information

IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  06/09/2017
Local time:  12:30
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English
IV.2.6)

Minimum time frame during which the tenderer must maintain the tender

Duration in months : 24  (from the date stated for receipt of tender)
IV.2.7)

Conditions for opening of tenders

Date:  06/09/2017
Local time:  12:30

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.4)

Procedures for review

VI.4.1)

Review body

High Court
High Court Central Office,Four Courts,, Inns Quay
Dublin 7
IE
IE

VI.5)

Date of dispatch of this notice

18/07/2017