Contract notice

Information

Published

Date of dispatch of this notice: 08/10/2018

Expire date: 09/11/2018

External Reference: 2018-224853

TED Reference: 2018/S 197-445840

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Department of Business, Enterprise and Innovation
N/A
23 Kildare Street
Dublin
Dublin 2
IE
Contact person: Patrick Ryan
Telephone: +353 16312768
Internet address(es):
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=136118&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

Ministry or any other national or federal authority, including their regional or local subdivisions
I.5)

Main activity

Economic and financial affairs

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Cisco Support Services
II.1.2)

Main CPV code

72700000  -  Computer network services
II.1.3)

Type of contract

Services
II.1.4)

Short description

The Department wishes to engage with a support provider to whom it can escalate Cisco hardware or software support calls that cannot be resolved in-house. The support provider will be required to have a defined call logging procedure that allows them to accept, log and track support calls. They will be expected to take ownership of the problem up to resolution regardless of the nature of the problem, such as interoperability with other vendors, new bug fix or hardware replacement.
The support provider will be required to ensure that the equipment under support is registered with its vendor and that the support organisation liaises with the vendor when the nature of the problem goes beyond the support providers competence or capability. Ownership of the problem throughout, remains with the support provider and it is this provider with whom lies the ultimate responsibility to either solve the problem or provide alternative workarounds.
II.1.5)

Estimated total value

Value excluding VAT: 750000.00  EUR
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

50300000  -  Repair, maintenance and associated services related to personal computers, office equipment, telecommunications and audio-visual equipment
II.2.4)

Description of the procurement

The Department wishes to engage with a support provider to whom it can escalate Cisco hardware or software support calls that cannot be resolved in-house. The support provider will be required to have a defined call logging procedure that allows them to accept, log and track support calls. They will be expected to take ownership of the problem up to resolution regardless of the nature of the problem, such as interoperability with other vendors, new bug fix or hardware replacement.
The support provider will be required to ensure that the equipment under support is registered with its vendor and that the support organisation liaises with the vendor when the nature of the problem goes beyond the support providers competence or capability. Ownership of the problem throughout, remains with the support provider and it is this provider with whom lies the ultimate responsibility to either solve the problem or provide alternative workarounds.
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: 750000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 12
This contract is subject to renewal: yes
Description of renewals:  
The contract may be extended for periods of 12 months up to a maximum total contract length of 48 months.
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: no
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:  As per the request for tender document.
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.2.2)

Contract performance conditions

As per the request for tender document.
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.1.8)

Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement : yes
IV.2)

Administrative information

IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  09/11/2018
Local time:  12:00
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 : 2  (from the date stated for receipt of tender)
IV.2.7)

Conditions for opening of tenders

Date:  09/11/2018
Local time:  12:00
Place:  
Dublin

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.2)

Information about electronic workflows

Electronic payment will be used
VI.4)

Procedures for review

VI.4.1)

Review body

Pat McCourt
Dublin
IE