Contract notice

Information

Published

Date of dispatch of this notice: 08/12/2020

Expire date: 22/01/2021

External Reference: 2020-260707

TED Reference: 2020/S 242-598186

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Sustainable Energy Authority of Ireland
N/A
Three Park Place, Upper Hatch Street
D02 FX65
Dublin 2
IE
Contact person: Aisling Hall
Telephone: +353 8082130
Internet address(es):
Main address: http://www.seai.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=179641&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

Body governed by public law
I.5)

Main activity

Other activity:  Sustainable Energy

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Provision of Managed Support Services for Flexible Resourcing - Multiple ICT Roles.
Reference number:  ICT Flexible Resourcing RFT
II.1.2)

Main CPV code

72220000  -  Systems and technical consultancy services
II.1.3)

Type of contract

Services
II.1.4)

Short description

The objective of this RFT is to invite proposals from suitably qualified service providers for the provision of Managed Support Services for Flexible Resourcing - Multiple ICT Roles which will be required on an “as needs” basis. This requirement is for support and business support and development projects, for current (existing four full-time onsite contractors) and future roles as they arise. SEAI periodically requires four to six additional IT and business development resources to support/supplement those available in-house to support internal Business Process and Information Systems development as part of SEAI development life cycle. For further information on this Request for Tender please visit the tender at www.etenders.gov.ie
II.1.5)

Estimated total value

Value excluding VAT: 6800000.00  EUR
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

48812000  -  Financial information systems
71314000  -  Energy and related services
71314300  -  Energy-efficiency consultancy services
72000000  -  IT services: consulting, software development, Internet and support
72140000  -  Computer hardware acceptance testing consultancy services
72200000  -  Software programming and consultancy services
72221000  -  Business analysis consultancy services
72224000  -  Project management consultancy services
72226000  -  System software acceptance testing consultancy services
72227000  -  Software integration consultancy services
72228000  -  Hardware integration consultancy services
72246000  -  Systems consultancy services
72266000  -  Software consultancy services
72600000  -  Computer support and consultancy services
79400000  -  Business and management consultancy and related services
79410000  -  Business and management consultancy services
II.2.4)

Description of the procurement

The objective of this RFT is to invite proposals from suitably qualified service providers for the provision of Managed Support Services for Flexible Resourcing - Multiple ICT Roles which will be required on an “as needs” basis. This requirement is for support and business support and development projects, for current (existing four full-time onsite contractors) and future roles as they arise. SEAI periodically requires four to six additional IT and business development resources to support/supplement those available in-house to support internal Business Process and Information Systems development as part of SEAI development life cycle. For further information on this Request for Tender please visit the tender at www.etenders.gov.ie
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: 6800000.00  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:  
The Contracting Authority reserves the right to extend the Term for a period or periods of up to 12 months with a maximum of three such extension or extensions on the same terms and conditions, subject to the Contracting Authority's obligations at law.
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

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 : yes
IV.2)

Administrative information

IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  22/01/2021
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)
IV.2.7)

Conditions for opening of tenders

Date:  22/01/2021
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 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 of Ireland
Inns Quay, Smithfield
Dublin 7
IE