Contract notice

Information

Published

Date of dispatch of this notice: 26/05/2022

Expire date: 28/06/2022

External Reference: 2022-231080

TED Reference: 2022/S 104-291749

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Cork Education and Training Board
N/A
21 Lavitt's Quay, Cork
Cork
IE
Contact person: Liam Mac Laughlin
Telephone: +353 14020114
NUTS code:  IE053 -  South-West
Internet address(es):
Main address: http://www.corketb.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=214888&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

Cork Education and Training Board (Cork ETB), as part of its Digital Strategy for Schools, is seeking tenders for the supply of Windows Tablet devices and Windows 2-in-1 devices under a Managed S
II.1.2)

Main CPV code

50324000  -  Support services of personal computers
II.1.3)

Type of contract

Services
II.1.4)

Short description

Cork Education and Training Board (Cork ETB), as part of its Digital Strategy for Schools, is seeking tenders for the supply of Windows Tablet devices and Windows 2-in-1 devices under a Managed Service Agreement.
This will entail the provision of two types of Windows Tablet Devices and Windows 2-in-1 devices to schools along with associated configuration, management, support, and training for teachers as required.
Cork ETB will not be purchasing any of the hardware or accessories. The successful tenderer will provide the hardware and supports as part of a managed service agreement for the period of the framework.
Depending on the individual school’s needs a three or four year managed service will be required
II.1.5)

Estimated total value

Value excluding VAT: 1500000.00  EUR
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

30213200  -  Tablet computer
30230000  -  Computer-related equipment
30237270  -  Portable computer carrying cases
80533100  -  Computer training services
II.2.3)

Place of performance

NUTS code:  IE053 -  South-West
II.2.4)

Description of the procurement

Cork Education and Training Board (Cork ETB), as part of its Digital Strategy for Schools, is seeking tenders for the supply of Windows Tablet devices and Windows 2-in-1 devices under a Managed Service Agreement.
This will entail the provision of two types of Windows Tablet Devices and Windows 2-in-1 devices to schools along with associated configuration, management, support, and training for teachers as required.
Cork ETB will not be purchasing any of the hardware or accessories. The successful tenderer will provide the hardware and supports as part of a managed service agreement for the period of the framework.
Depending on the individual school’s needs a three or four year managed service will be required
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Proposed Methodology  /  Weighting:  45%
Quality criterion  -  Name:  Excess features  /  Weighting:  5%
Price  -  Weighting:  50%
II.2.6)

Estimated value

Value excluding VAT: 1500000.00  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:  
Cork ETB will enter into a framework agreement for three (3) years with the option to extend for a fourth year.
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.1.1)

Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:  Selection criteria as stated in the procurement documents
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.1.3)

Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement
Framework agreement with a single operator
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:  28/06/2022
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:  28/06/2022
Local time:  12:00

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

The High Court
The Four Courts
Dublin
7
IE
Telephone: +353 18886000

VI.4.3)

Review procedure

Precise information on deadline(s) for review procedures: 
The contract / framework is covered by the application of the Remedies Directive and the relevant standstill period applied at time of notification.