Contract notice

Information

Published

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

Expire date: 11/09/2020

External Reference: 2020-297078

TED Reference: 2020/S 152-372004

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Department of Agriculture, Food and the Marine
N/A
Agriculture House
Dublin 2
Kildare Street
IE
Contact person: John Davis
Telephone: +353 16072754
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=171608&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

Fixed Voice and VoIP Services
Reference number:  RFT 174026
II.1.2)

Main CPV code

64200000  -  Telecommunications services
II.1.3)

Type of contract

Services
II.1.4)

Short description

The Department of Agriculture, Food and the Marine (DAFM) and Fisheries Harbour Centres wish to put a contract in place for a primary provider of fixed voice services. Fisheries Harbour Centres service requirement will be based on their current ISDN and PSTN circuits.
II.1.5)

Estimated total value

Value excluding VAT: 2500000.00  EUR
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

64215000  -  IP telephone services
II.2.4)

Description of the procurement

The Department of Agriculture, Food and The Marine’s (DAFM) public facing telephone systems are delivered via multiple ISDN/PRI E1 circuits. This holds for both the Departments Headquarters, Remote Offices the “lo-call” contact centre services centrally hosted in the Department’s Data Centre. The Department interfaces with “Government Networks” for telephony services via centrally located Quintum gateways across the “Multimedia VLAN”.
The Department is well down the road of migrating away from traditional PBX switches to IP Telephony with over 5000 IP phones deployed on the DAFM network.
However, while IP telephony is centralising the telephony infrastructure to the Data Centres, voice calls are still being delivered over the traditional ISDN/PRI circuits, both locally to DAFM offices and to the centralised “lo-call” contact centre services. There are currently over 140 ISDN circuits (1422 voice channels) in use throughout DAFM in addition to a substantial number of PSTN circuits.
DAFM intend moving its voice services to a SIP based service centred in its data centres in Agriculture House and Backweston, Celbridge, for all inbound and outbound traffic dramatically reducing and rationalising the number of voice channels required.
It is expected that the new SIP services will be delivered over a secure private network, it should not be delivered over the public internet. A small number of ISDN circuits may be required after transition to facilitate survival remote site telephony.
DAFM’s IP phone systems are currently built on Cisco’s UCCE/UCM platforms and are running version 10.5.
DAFM and Fisheries Harbour Centres wish to put a contract in place for a primary provider of fixed voice services. Fisheries Harbour Centres service requirement will be based on their current ISDN and PSTN circuits.
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: 2500000.00  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:  
Three possible 12-month extensions
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.1.2)

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

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:  11/09/2020
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 : 4  (from the date stated for receipt of tender)
IV.2.7)

Conditions for opening of tenders

Date:  11/09/2020
Local time:  12:00

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.2)

Information about electronic workflows

Electronic invoicing will be accepted
Electronic payment will be used
VI.4)

Procedures for review

VI.4.1)

Review body

High Court of Ireland
Dublin
IE