Contract notice

Information

Published

Date of dispatch of this notice: 10/12/2020

Expire date: 20/01/2021

External Reference: 2020-275553

TED Reference: 2020/S 244-603847

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Education Procurement Service (EPS)
IE 6609370 G
University of Limerick
Castletroy
Co.Limerick
IE
Contact person: Siobhan Ryan
Telephone: +353 61234664
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=179789&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

Education

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

LGH1293F -FWA - Equipment for Optical Telecommunications Laboratory Testbed for Open Networking Apps
II.1.2)

Main CPV code

38000000  -  Laboratory, optical and precision equipments (excl. glasses)
II.1.3)

Type of contract

Supplies
II.1.4)

Short description

Multi-Lot Single Supplier Framework Agreement for the Provision of of Equipment for Optical Telecommunications Laboratory Testbed for Open Networking Applications.
This Framework Agreement Competition is split into 5 Lots.
The highest ranked tenderer in each Lot will be awarded that specific Lot. Suppliers may tender for individual or multiple lots.
Please note that the initial estimate spend for Trinity College Dublin is approx. €400,000 Ex VAT.
II.1.5)

Estimated total value

Value excluding VAT: 750000.00  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 FlexGrid, bidirectional, SDN controlled, Reconfigurable Optical Add-Drop Multiplexer (ROADM) with integrated optical amplifiers (EDFA)
Lot No:  1
II.2.2)

Additional CPV code(s)

31214100  -  Switches
32343000  -  Amplifiers
32412100  -  Telecommunications network
32415000  -  Ethernet network
32500000  -  Telecommunications equipment and supplies
32520000  -  Telecommunications cable and equipment
32522000  -  Telecommunications equipment
32524000  -  Telecommunications system
32530000  -  Satellite-related communications equipment
32531000  -  Satellite communications equipment
32540000  -  Switchboards
32541000  -  Switchboard equipment
32560000  -  Fibre-optic materials
32562000  -  Optical-fibre cables
32562100  -  Optical-fibre cables for information transmission
32562300  -  Optical-fibre cables for data transmission
32571000  -  Communications infrastructure
38600000  -  Optical instruments
II.2.4)

Description of the procurement

FlexGrid, bidirectional, SDN controlled, Reconfigurable Optical Add-Drop Multiplexer (ROADM) with integrated optical amplifiers (EDFA)
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: 48
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:
The award of Goods Contracts under a Framework Agreement shall be made in accordance with the rules set out in the Framework Agreement at Appendix 5 to this RFT.
The Tenderer appointed to each Lot, (“the Framework Members”), shall be appointed on the basis of the total score of their Tender submitted under the relevant Lot in response to this RFT, as evaluated by the evaluation team in line with procedures set out in Part 3 of the RFT. For avoidance of doubt, the highest scoring Framework Member under each Lot shall be appointed as the Preferred Framework Member under each relevant Lot.
Clients permitted to avail of this Framework Agreement may directly engage with the appointed supplier in each Lot.
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.2.14)

Additional information

All information relating to this tender is published on www.etenders.gov.ie
II.2)

Description

II.2.1)

Title

Lot 2 SDN controlled, bidirectional, in line Erbium Doped Fibre Amplifier (EDFA)
Lot No:  2
II.2.2)

Additional CPV code(s)

31214100  -  Switches
32343000  -  Amplifiers
32412100  -  Telecommunications network
32415000  -  Ethernet network
32500000  -  Telecommunications equipment and supplies
32520000  -  Telecommunications cable and equipment
32522000  -  Telecommunications equipment
32524000  -  Telecommunications system
32530000  -  Satellite-related communications equipment
32531000  -  Satellite communications equipment
32540000  -  Switchboards
32541000  -  Switchboard equipment
32560000  -  Fibre-optic materials
32562000  -  Optical-fibre cables
32562100  -  Optical-fibre cables for information transmission
32562300  -  Optical-fibre cables for data transmission
32571000  -  Communications infrastructure
38600000  -  Optical instruments
II.2.4)

Description of the procurement

SDN controlled, bidirectional, in line Erbium Doped Fibre Amplifier (EDFA)
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: 48
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:
The award of Goods Contracts under a Framework Agreement shall be made in accordance with the rules set out in the Framework Agreement at Appendix 5 to this RFT.
The Tenderer appointed to each Lot, (“the Framework Members”), shall be appointed on the basis of the total score of their Tender submitted under the relevant Lot in response to this RFT, as evaluated by the evaluation team in line with procedures set out in Part 3 of the RFT. For avoidance of doubt, the highest scoring Framework Member under each Lot shall be appointed as the Preferred Framework Member under each relevant Lot.
Clients permitted to avail of this Framework Agreement may directly engage with the appointed supplier in each Lot.
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.2.14)

Additional information

All information relating to this tender is published on www.etenders.gov.ie
II.2)

Description

II.2.1)

Title

Lot 3 Optical fibre switch
Lot No:  3
II.2.2)

Additional CPV code(s)

31214100  -  Switches
32343000  -  Amplifiers
32412100  -  Telecommunications network
32415000  -  Ethernet network
32500000  -  Telecommunications equipment and supplies
32520000  -  Telecommunications cable and equipment
32522000  -  Telecommunications equipment
32524000  -  Telecommunications system
32530000  -  Satellite-related communications equipment
32531000  -  Satellite communications equipment
32540000  -  Switchboards
32541000  -  Switchboard equipment
32560000  -  Fibre-optic materials
32562000  -  Optical-fibre cables
32562100  -  Optical-fibre cables for information transmission
32562300  -  Optical-fibre cables for data transmission
32571000  -  Communications infrastructure
38600000  -  Optical instruments
II.2.4)

Description of the procurement

Optical fibre switch
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: 48
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:
The award of Goods Contracts under a Framework Agreement shall be made in accordance with the rules set out in the Framework Agreement at Appendix 5 to this RFT.
The Tenderer appointed to each Lot, (“the Framework Members”), shall be appointed on the basis of the total score of their Tender submitted under the relevant Lot in response to this RFT, as evaluated by the evaluation team in line with procedures set out in Part 3 of the RFT. For avoidance of doubt, the highest scoring Framework Member under each Lot shall be appointed as the Preferred Framework Member under each relevant Lot.
Clients permitted to avail of this Framework Agreement may directly engage with the appointed supplier in each Lot.
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.2.14)

Additional information

All information relating to this tender is published on www.etenders.gov.ie
II.2)

Description

II.2.1)

Title

Lot 4 Coherent transponder system
Lot No:  4
II.2.2)

Additional CPV code(s)

31214100  -  Switches
32343000  -  Amplifiers
32412100  -  Telecommunications network
32415000  -  Ethernet network
32500000  -  Telecommunications equipment and supplies
32520000  -  Telecommunications cable and equipment
32522000  -  Telecommunications equipment
32524000  -  Telecommunications system
32530000  -  Satellite-related communications equipment
32531000  -  Satellite communications equipment
32540000  -  Switchboards
32541000  -  Switchboard equipment
32560000  -  Fibre-optic materials
32562000  -  Optical-fibre cables
32562100  -  Optical-fibre cables for information transmission
32562300  -  Optical-fibre cables for data transmission
32571000  -  Communications infrastructure
38600000  -  Optical instruments
II.2.4)

Description of the procurement

Coherent transponder system
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: 48
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:
The award of Goods Contracts under a Framework Agreement shall be made in accordance with the rules set out in the Framework Agreement at Appendix 5 to this RFT.
The Tenderer appointed to each Lot, (“the Framework Members”), shall be appointed on the basis of the total score of their Tender submitted under the relevant Lot in response to this RFT, as evaluated by the evaluation team in line with procedures set out in Part 3 of the RFT. For avoidance of doubt, the highest scoring Framework Member under each Lot shall be appointed as the Preferred Framework Member under each relevant Lot.
Clients permitted to avail of this Framework Agreement may directly engage with the appointed supplier in each Lot.
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.2.14)

Additional information

All information relating to this tender is published on www.etenders.gov.ie
II.2)

Description

II.2.1)

Title

Lot 5 Reconfigurable SDN Ethernet whitebox switches
Lot No:  5
II.2.2)

Additional CPV code(s)

31214100  -  Switches
32343000  -  Amplifiers
32412100  -  Telecommunications network
32415000  -  Ethernet network
32500000  -  Telecommunications equipment and supplies
32520000  -  Telecommunications cable and equipment
32522000  -  Telecommunications equipment
32524000  -  Telecommunications system
32530000  -  Satellite-related communications equipment
32531000  -  Satellite communications equipment
32540000  -  Switchboards
32541000  -  Switchboard equipment
32560000  -  Fibre-optic materials
32562000  -  Optical-fibre cables
32562100  -  Optical-fibre cables for information transmission
32562300  -  Optical-fibre cables for data transmission
32571000  -  Communications infrastructure
38600000  -  Optical instruments
II.2.4)

Description of the procurement

Reconfigurable SDN Ethernet whitebox switches
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: 48
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:
The award of Goods Contracts under a Framework Agreement shall be made in accordance with the rules set out in the Framework Agreement at Appendix 5 to this RFT.
The Tenderer appointed to each Lot, (“the Framework Members”), shall be appointed on the basis of the total score of their Tender submitted under the relevant Lot in response to this RFT, as evaluated by the evaluation team in line with procedures set out in Part 3 of the RFT. For avoidance of doubt, the highest scoring Framework Member under each Lot shall be appointed as the Preferred Framework Member under each relevant Lot.
Clients permitted to avail of this Framework Agreement may directly engage with the appointed supplier in each Lot.
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.2.14)

Additional information

All information relating to this tender is published on www.etenders.gov.ie

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 see RFT document for further details.
III.1.2)

Economic and financial standing

List and brief description of selection criteria:  
Please see RFT document for further details.
Minimum level(s) of standards possibly required:  
Please see RFT document for further details.
III.1.3)

Technical and professional ability

List and brief description of selection criteria:  
Please see RFT document for further details.
Minimum level(s) of standards possibly required:  
Please see RFT document for further details.
III.2)

Conditions related to the contract

III.2.2)

Contract performance conditions

Please see RFT document for further details.

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:  5
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:  15/01/2021
Local time:  14:00
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 : 48  (from the date stated for receipt of tender)
IV.2.7)

Conditions for opening of tenders

Date:  15/01/2021
Local time:  14:00

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

Office of the High Court
Four Courts Ground Floor, Inns Quay
Dublin
7
IE
Telephone: +353 18886000

VI.4.2)

Body responsible for mediation procedures

Office of the High Court
Four Courts Ground Floor, Inns Quay
Dublin
IE

VI.4.4)

Service from which information about the review procedure may be obtained

Office of the High Court
Four Courts Ground Floor, Inns Quay
Dublin
IE