Contract notice - utilities

Information

Published

Date of dispatch of this notice: 18/04/2019

Expire date: 21/05/2019

External Reference: 2019-263170

TED Reference: 2019/S 079-190855

Contract notice - utilities

Contract notice – utilities

Supplies

Directive 2014/25/EU

Section I: Contracting entity

I.1)

Name and addresses

Electricity Supply Board ( ESB )
N/A
2 Gateway
Dublin 3
East Wall Road
IE
Contact person: Brid Ryan
Telephone: +353 11234567
Internet address(es):
Main address: http://www.esb.ie

I.2)

Joint procurement

The contract is awarded by a central purchasing body
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=145536&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.6)

Main activity

Electricity

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

The Provision of Supply and Support Services of ESB’s Corporate IP Network Infrastructure and ESB’s Corporate IP Telephony Service
Reference number:  SSCON4375
II.1.2)

Main CPV code

32500000  -  Telecommunications equipment and supplies
II.1.3)

Type of contract

Supplies
II.1.4)

Short description

ESB intends to procure a framework agreement for the support and supply of the IP Network and IP Telephony (IPT) services in ESB. The IP Network and IP Telephony service in ESB is composed of various components. The expectation is that the applicant will be able to supply these services across the island of Ireland and the UK on a 24/7 basis
II.1.6)

Information about lots

This contract is divided into lots: yes
Tenders may be submitted for  all lots
Maximum number of lots that may be awarded to one tenderer:  2
II.2)

Description

II.2.1)

Title

The IP Network Infrastructure
Lot No:  1
II.2.2)

Additional CPV code(s)

32412000  -  Communications network
32412100  -  Telecommunications network
72611000  -  Technical computer support services
II.2.3)

Place of performance

Main site or place of performance:  
The island of Ireland and the UK
II.2.4)

Description of the procurement

The IP Network Infrastructure in ESB is composed of various components listed below
• Supply and support of Cisco Switches and Routers.
• Supply and support of Cisco Wireless Controllers and AP’s
• Supply and support of Cisco Voice Gateways
• Supply and support of Cisco TACACS and Radius Services
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 36
This contract is subject to renewal: no
II.2.9)

Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 4
Objective criteria for choosing the limited number of candidates:
Applicants will be assessed on the quality of their response to the criteria and rules outlined in the Pre Qualification Questionnaire.
It is anticipated that at least the top 4 applicants will be invited to tender subject to that number qualifying.
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: yes
Description of options:
It is envisaged the term of the contract commences on the date when services commence and shall be for a period of up to 36 months with an option to extend after the initial period exercisable for a further period of up to 24 months and again for up to another 24 month period. Therefore the total contract period will be up to 84 months (7 years).
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)

Additional information

Please consult the associate documentation which contains full instructions regarding the submission of tenders and is available to download from www.etenders.gov.ie using RFT ID 149435
II.2)

Description

II.2.1)

Title

The IP Telephony service
Lot No:  2
II.2.2)

Additional CPV code(s)

32412000  -  Communications network
32412100  -  Telecommunications network
72611000  -  Technical computer support services
II.2.3)

Place of performance

Main site or place of performance:  
The island of Ireland and the UK
II.2.4)

Description of the procurement

The IP Telephony service in ESB is composed of various components listed below:
• Support and maintenance of Cisco Call Manger
• Support and maintenance of Cisco Unity
• Support and maintenance of Cisco UCCX
• Support and maintenance of Cisco PCCE
• Support and maintenance of Softex Ringmaster
• Support and maintenance of Redbox Recorder
• Support and maintenance of Informacast Paging
• Support and maintenance of E-Gain – Webchat and e-mail system
• Support and maintenance of PBX TDM to IP Telephony trunks
• Deployment of the services above to new sites
• Commercial agreement for the procurement of goods and services to support the items above
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 36
This contract is subject to renewal: no
II.2.9)

Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 4
Objective criteria for choosing the limited number of candidates:
Applicants will be assessed on the quality of their response to the criteria and rules outlined in the Pre Qualification Questionnaire.
It is anticipated that at least the top 4 applicants will be invited to tender subject to that number qualifying.
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: yes
Description of options:
It is envisaged the term of the contract commences on the date when services commence and shall be for a period of up to 36 months with an option to extend after the initial period exercisable for a further period of up to 24 months and again for up to another 24 month period. Therefore the total contract period will be up to 84 months (7 years).
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)

Additional information

Please consult the associate documentation which contains full instructions regarding the submission of tenders and is available to download from www.etenders.gov.ie using RFT ID 149435.

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 stated in Procurement Qualification Questionnaire (PQQ) available to download from www.etenders.gov.ie using RFT ID 149435
III.1.2)

Economic and financial standing

List and brief description of selection criteria:  
As stated in Procurement Qualification Questionnaire (PQQ) available to download from www.etenders.gov.ie using RFT ID 149435
III.1.3)

Technical and professional ability

List and brief description of selection criteria:  
As stated in Procurement Qualification Questionnaire (PQQ) available to download from www.etenders.gov.ie using RFT ID 149435
III.1.7)

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

Will be set out in the RFT
III.1.8)

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

As stated in Procurement Qualification Questionnaire (PQQ) available to download from www.etenders.gov.ie using RFT ID 149435
III.2)

Conditions related to the contract

III.2.2)

Contract performance conditions

As stated in Procurement Qualification Questionnaire (PQQ) available to download from www.etenders.gov.ie using RFT ID 149435

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Negotiated procedure with prior call for competition
IV.1.3)

Information about a framework agreement or a dynamic purchasing system

Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement:  2
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:  20/05/2019
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 : 12  (from the date stated for receipt of tender)

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.2)

Information about electronic workflows

Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3)

Additional information

1) Interested parties must register their interest on the eTenders web site (http://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 (http://www.etenders.gov.ie/) only. Registration is free of charge. The contracting entity 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 entity 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;
6) If for any reason it is not possible to admit to the Framework Agreement one or more of the tenderers invited following the conclusion of this competitive process, or having awarded a contract under the Framework Agreement, the contracting entity reserves the right to invite the next highest scoring tenderer to join the Framework Agreement and/or deliver the contract as appropriate to the circumstances pertaining to said framework;
7) At its absolute discretion, the contracting entity 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 entity is not obliged to engage in a clarification process in respect of questionnaires with missing or incomplete information. Therefore, candidates are advised to ensure that they return fully completed questionnaires in order to avoid the risk of elimination from the competition;
10) At Section 11.2.9 while we have indicated that at least 4 companies will be invited to tender, please note that the contracting entity reserves the right to invite at least 4, subject to that number qualifying
VI.4)

Procedures for review

VI.4.1)

Review body

Chief Registrar
Four Courts, Inns Quay
Dublin 7
IE
Telephone: +353 18886000
Internet address: http://www.courts.ie

VI.4.4)

Service from which information about the review procedure may be obtained

Supplier's own legal advisor
Dublin
IE