Contract notice

Information

Published

Date of dispatch of this notice: 22/11/2019

Expire date: 22/01/2020

External Reference: 2019-203212

TED Reference: 2019/S 228-559685

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Office of Public Works (OPW)
N/A
Jonathan Swift Street
Trim
Co. Meath, C15 NX36
IE
Contact person: Ciaran Murtagh
Telephone: +353 016476108
Internet address(es):
Main address: http://www.opw.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=157702&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

General public services

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Enhanced Telephony and Collaboration Solution (Unified Communications)
Reference number:  Telephony & Collaboration
II.1.2)

Main CPV code

72222300  -  Information technology services
II.1.3)

Type of contract

Services
II.1.4)

Short description

The provision of an enhanced telephony and collaboration solution to deliver Unified Communications (telephony, messaging, shared workspaces, video-conferencing and related services across multiple locations and devices)
II.1.5)

Estimated total value

Value excluding VAT: 200000.00  EUR
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

32342440  -  Voice-mail system
32412000  -  Communications network
32412100  -  Telecommunications network
32429000  -  Telephone network equipment
32500000  -  Telecommunications equipment and supplies
32522000  -  Telecommunications equipment
32523000  -  Telecommunications facilities
32524000  -  Telecommunications system
32550000  -  Telephone equipment
32551400  -  Telephone network
32570000  -  Communications equipment
32571000  -  Communications infrastructure
32583000  -  Data and voice media
45314000  -  Installation of telecommunications equipment
48800000  -  Information systems and servers
48810000  -  Information systems
51300000  -  Installation services of communications equipment
51340000  -  Installation services of line telephony equipment
51610000  -  Installation services of computers and information-processing equipment
51612000  -  Installation services of information-processing equipment
64200000  -  Telecommunications services
64210000  -  Telephone and data transmission services
64215000  -  IP telephone services
64216000  -  Electronic message and information services
II.2.4)

Description of the procurement

The provision of an enhanced telephony and collaboration solution to deliver Unified Communications (telephony, messaging, shared workspaces, video-conferencing and related services across multiple locations and devices)
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: 200000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 36
This contract is subject to renewal: yes
Description of renewals:  
Reviews to be carried out.
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:  Please refer to RFT
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

Please refer to RFT
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 : no
IV.2)

Administrative information

IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  03/01/2020
Local time:  17:00
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 : 36  (from the date stated for receipt of tender)
IV.2.7)

Conditions for opening of tenders

Date:  03/01/2020
Local time:  17:00
Place:  
Dublin, Ireland
Information about authorised persons and opening procedure:  
Head of ICT Services
Assistant Principal ICT Services

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.4)

Procedures for review

VI.4.1)

Review body

High Court
Four Courts, Ground Floor, Inis Quay
Dublin
Dublin 7
IE
Telephone: +353 18886000