Contract notice

Information

Published

Date of dispatch of this notice: 09/12/2020

Expire date: 27/01/2021

External Reference: 2020-248544

TED Reference: 2020/S 243-602105

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Financial Services and Pensions Ombudsman
N/A
Lincoln House
Dublin 2
Lincoln Place
IE
Telephone: +353 15677000
Internet address(es):
Main address: http://www.fspo.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=179666&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

National or federal agency/office
I.5)

Main activity

Economic and financial affairs

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Supply of IT Managed Services
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 Financial Services and Pensions Ombudsman is seeking to appoint a suitably experienced and qualified contractor to provide an ICT Managed service to replace the existing internal provision of such services. This managed service will include ICT infrastructure, backup, disaster recovery and security assessment. In addition to providing managed services, the contractor is expected to provide project-based services to manage and deliver change.
II.1.5)

Estimated total value

Value excluding VAT: 500000.00  EUR
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

50312310  -  Maintenance of data network equipment
50312600  -  Maintenance and repair of information technology equipment
50312610  -  Maintenance of information technology equipment
50312620  -  Repair of information technology equipment
50324000  -  Support services of personal computers
51611100  -  Hardware installation services
72222300  -  Information technology services
72224000  -  Project management consultancy services
72250000  -  System and support services
72251000  -  Disaster recovery services
72253000  -  Helpdesk and support services
72253100  -  Helpdesk services
72253200  -  Systems support services
72261000  -  Software support services
72267100  -  Maintenance of information technology software
72268000  -  Software supply services
72315200  -  Data network management services
72511000  -  Network management software services
72540000  -  Computer upgrade services
72590000  -  Computer-related professional services
72700000  -  Computer network services
72710000  -  Local area network services
72720000  -  Wide area network services
72910000  -  Computer back-up services
II.2.3)

Place of performance

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

Description of the procurement

The Financial Services and Pensions Ombudsman is seeking to appoint a suitably experienced and qualified contractor to provide an ICT Managed service to replace the existing internal provision of such services. This managed service will include ICT infrastructure, backup, disaster recovery and security assessment. In addition to providing managed services, the contractor is expected to provide project-based services to manage and deliver change.
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: 500000.00  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:  
The contract may be renewed for up to 2 additional periods of one year each
II.2.10)

Information about variants

Variants will be accepted: yes
II.2.11)

Information about options

Options: yes
Description of options:
Project based services are likely to be drawn down, but not guaranteed.
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

List and brief description of selection criteria:  
Contained in the procurement documents
Minimum level(s) of standards possibly required:  
Contained in the procurement documents
III.1.3)

Technical and professional ability

List and brief description of selection criteria:  
Contained in the procurement documents
III.2)

Conditions related to the contract

III.2.2)

Contract performance conditions

As set out in the procurement documents, including:
1. Relevant Insurances
2. None of the excluding circumstances of Article 57 of EU Council Directive 2014/24/EU apply
3. Audited accounts for past 3 years
4. Statement of Turnover for past 3 years
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:  27/01/2021
Local time:  17:30
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 : 3  (from the date stated for receipt of tender)
IV.2.7)

Conditions for opening of tenders

Date:  27/01/2021
Local time:  17:30

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
Four Courts
Dublin
7
IE