Contract notice

Information

Published

Date of dispatch of this notice: 04/08/2020

Expire date: 23/09/2020

External Reference: 2020-225751

TED Reference: 2020/S 152-370448

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

The Office of Government Procurement
IE3229842HH
3A Mayor Street Upper
Dublin 1. D01 PF72.
Dublin
IE
Contact person: Tender Ops
Internet address(es):
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=171664&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

Multi Supplier Framework Agreement for the Provision of Network Solutions and Associated Services
Reference number:  PROJ000005843 - ITC013F
II.1.2)

Main CPV code

32420000  -  Network equipment
II.1.3)

Type of contract

Supplies
II.1.4)

Short description

In summary the Network Products and Network Solutions comprise the provision of:
Network Products (Lot 1): As listed in section 1.2 of the RFT document.
Network Solutions (Lot 2): As listed in section 1.2 of the RFT document.
II.1.5)

Estimated total value

Value excluding VAT: 40000000.00  EUR
II.1.6)

Information about lots

This contract is divided into lots: yes
Tenders may be submitted for  all lots
II.2)

Description

II.2.1)

Title

Lot 1: Wired Routing and Switching Network Products and Wireless Network Products
Lot No:  1
II.2.2)

Additional CPV code(s)

32410000  -  Local area network
32413100  -  Network routers
32415000  -  Ethernet network
32416000  -  ISDN network
32427000  -  Network system
32428000  -  Network upgrade
72710000  -  Local area network services
II.2.3)

Place of performance

Main site or place of performance:  
Dublin 1
II.2.4)

Description of the procurement

In summary the Network Products and Network Solutions comprise the provision of:
Network Products (Lot 1):
• Wired Network Products - Routing Network Products;
• Wired Network Products - Switching Network Products;
• Wireless Network Products - Controllers and Access Points;
• Ancillary Network Components;
• All applicable Associated Software Licences to enable the features and functionality of the Network Products listed above.
Network Solutions (Lot 2):
Any combination of the Wired Network Products (including Ancillary Network Components) listed in Lot 1 together with at least one of the following:
• Network Management Software;
• Network Access Control Solutions;
• Firewall products;
• All applicable Associated Software Licences to enable the features and functionality of the Network Products and Network Solutions listed above.
Any combination of the Wireless Network Products (including Ancillary Network Components) listed in Lot 1 together with at least one of the following:
• Network Management Software;
• Network Access Control Solutions;
• Firewall products;
• All applicable Associated Software Licences to enable the features and functionality of the Network Products and Network Solutions listed above;
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Quality of approach to the Provision of Training Services  /  Weighting:  30
Quality criterion  -  Name:  Quality of approach to Professional Technical Services  /  Weighting:  120
Quality criterion  -  Name:  Quality of Approach to the Provision of Network Products and Associated Services  /  Weighting:  150
Quality criterion  -  Name:  Quality of approach to the delivery of Support and Maintenance Services  /  Weighting:  250
Cost criterion  -  Name:  Cost  /  Weighting:  450
II.2.6)

Estimated value

Value excluding VAT: 26000000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24
This contract is subject to renewal: no
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: yes
Description of options:
2 x 12 Months
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)

Description

II.2.1)

Title

Lot 2: Wired Routing and Switching Network Solutions and Wireless Network Solutions
Lot No:  2
II.2.2)

Additional CPV code(s)

32410000  -  Local area network
32413100  -  Network routers
32415000  -  Ethernet network
32416000  -  ISDN network
32427000  -  Network system
32428000  -  Network upgrade
72710000  -  Local area network services
II.2.3)

Place of performance

Main site or place of performance:  
Dublin 1
II.2.4)

Description of the procurement

In summary the Network Products and Network Solutions comprise the provision of:
Network Products (Lot 1):
• Wired Network Products - Routing Network Products;
• Wired Network Products - Switching Network Products;
• Wireless Network Products - Controllers and Access Points;
• Ancillary Network Components;
• All applicable Associated Software Licences to enable the features and functionality of the Network Products listed above.
Network Solutions (Lot 2):
Any combination of the Wired Network Products (including Ancillary Network Components) listed in Lot 1 together with at least one of the following:
• Network Management Software;
• Network Access Control Solutions;
• Firewall products;
• All applicable Associated Software Licences to enable the features and functionality of the Network Products and Network Solutions listed above.
Any combination of the Wireless Network Products (including Ancillary Network Components) listed in Lot 1 together with at least one of the following:
• Network Management Software;
• Network Access Control Solutions;
• Firewall products;
• All applicable Associated Software Licences to enable the features and functionality of the Network Products and Network Solutions listed above;
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Quality of approach to the Provision of Training Services  /  Weighting:  30
Quality criterion  -  Name:  Quality of approach to Professional Technical Services  /  Weighting:  120
Quality criterion  -  Name:  Quality of Approach to the Provision of Network Solution  /  Weighting:  150
Quality criterion  -  Name:  Quality of approach to the delivery of Support and Maintenance Services  /  Weighting:  250
Cost criterion  -  Name:  Cost  /  Weighting:  450
II.2.6)

Estimated value

Value excluding VAT: 14000000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24
This contract is subject to renewal: no
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: yes
Description of options:
2 X 12 Months
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 the Request for Tender documents associated with the notice published on www.etenders.gov.ie (RFT #174079).
III.1.2)

Economic and financial standing

List and brief description of selection criteria:  
Please refer to the Request for Tender documents associated with the notice published on www.etenders.gov.ie (RFT #174079).
Minimum level(s) of standards possibly required:  
Please refer to the Request for Tender documents associated with the notice published on www.etenders.gov.ie (RFT #174079).
III.1.3)

Technical and professional ability

List and brief description of selection criteria:  
Please refer to the Request for Tender documents associated with the notice published on www.etenders.gov.ie (RFT #174079).
Minimum level(s) of standards possibly required:  
Please refer to the Request for Tender documents associated with the notice published on www.etenders.gov.ie (RFT #174079).
III.2)

Conditions related to the contract

III.2.2)

Contract performance conditions

Please refer to the Request for Tender documents associated with the notice published on www.etenders.gov.ie (RFT #174079).

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 several operators
Envisaged maximum number of participants to the framework agreement:  70
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:  18/09/2020
Local time:  15:00
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 : 9  (from the date stated for receipt of tender)
IV.2.7)

Conditions for opening of tenders

Date:  18/09/2020
Local time:  15:00

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

The High Court of Ireland
Dublin
IE

VI.4.3)

Review procedure

Precise information on deadline(s) for review procedures: 
Please consult your own legal advisors