Contract notice - utilities

Information

Published

Date of dispatch of this notice: 24/08/2020

Expire date: 07/10/2020

External Reference: 2020-287937

TED Reference: 2020/S 167-405678

Contract notice - utilities

Contract notice – utilities

Services

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: Stephen Lawton
Telephone: +353 17026836
Internet address(es):
Main address: http://www.esb.ie

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=172520&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 Supply and Maintenance of an end-end managed print service
Reference number:  SS CON 4742
II.1.2)

Main CPV code

72000000  -  IT services: consulting, software development, Internet and support
II.1.3)

Type of contract

Services
II.1.4)

Short description

The contracting entity intends to procure a Supply and Maintenance contract for the Provision of an end-end managed print service in approx. 90 ESB locations in the Republic of Ireland, and a small number of locations in Northern Ireland and mainland UK. The existing printer fleet consists of a mixture of 570+ single & multi-function (print, copy, scan) A3/A4 print devices. There are approx.13.5 million pages printed each year across all locations. Reducing the number of print devices and pages printed will be a key feature of this contract.
The impact of Covid-19 and the increase in ESB staff working remotely/flexibly will impact the number of sites and site occupancy, this will have a direct impact on the number of print devices required and print volumes throughout the duration of the contract. ESB reserves the right to ramp up and ramp down the print service without penalty.
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

72000000  -  IT services: consulting, software development, Internet and support
II.2.3)

Place of performance

Main site or place of performance:  
Ireland
II.2.4)

Description of the procurement

The service will be required to be delivered within a Citrix (XenApp/XenDesktop 7.15 or later) environment and on both Windows 10 build 1803 and Windows Server 2016 or later. Any print driver should be Remote Desktop Services -Serer 2016/2019 verified /tested compatible. Printing is required from a variety of applications, including but not limited to Geodart, GIS, SAP and standard Microsoft office applications.
It is expected proof of concept testing will figure as part of the tender process.
ESB intends to award a three year contract for this service with an option to extend by a further two years by mutual agreement. The contract will include the following services –
• The supply & installation of single (print only) & multi-function (print, email, scan) A3/A4 print devices across all ESB locations. This should include a print assessment of each location to inform the type and number of print devices required in order maximise efficiency and optimise cost savings.
• All Print devices supplied must be capable of delivering the latest industry standard applications & functionality in order to achieve operational consistency across the print fleet. It is therefore not expected that the average age of the printer fleet exceeds 4 years, as currently applies, throughout the duration of the contract.
• An annual review of the printer fleet & printing habits in order to maximise efficiency and to reduce printing costs. (It is envisaged that this will include reducing the number of print devices and pages printed whilst maintaining operational efficiency)
• Proactive alerting to identify and solve potential printing problems.
• The provision of hardware & software maintenance for all printing devices.
• The provision of software updates for all printing devices.
• The provision, recommendation & installation of print drivers
• The provision of secure follow me printing.
• The provision of all print consumables (excluding paper) for all print devices.
• The provision of an environmentally sustainable consumable disposal service (in specified ESB locations)
• The provision of all relevant licensing in relation to the delivery of the managed print service.
• The provision of device monitoring, alerting and incident management
• Periodic reviews of all print devices in order to optimise their performance and suitability in all ESB locations.
• Account management to deliver regular account meetings & financial, environmental & usage reports.
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 minimum number: 5
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 of up to 24 Months from the expiry of the initial period, for a total contract period of 60 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:  As stated in Procurement Qualification Questionnaire (PQQ) available to download from www.etenders.gov.ie using RFT ID 174885
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 174885
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 174885
III.1.6)

Deposits and guarantees required

Will be set out in the RFT
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 174885
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 174885

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Negotiated procedure with prior call for competition
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:  28/09/2020
Local time:  12:00
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.3)

Additional information

1) Interested parties must register their interest on the eTenders website (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 contract one or more of the tenderers invited following the conclusion of this competitive process, or having awarded a contract, the contracting entity reserves the right to invite the next highest scoring tenderer to join the contract and/or deliver the contract as appropriate to the circumstances pertaining to said contract.
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 II.2.9 we have indicated that 5 will be invited to tender, please note that the contracting entity reserves the right to invite at least 5, 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.4.2)

Body responsible for mediation procedures

Not Applicable
Ireland
IE

VI.4.4)

Service from which information about the review procedure may be obtained

Suppliers own legal advisor
Ireland
IE