Contract notice

Information

Published

Date of dispatch of this notice: 11/10/2017

Expire date: 01/12/2017

External Reference: 2017-882142

TED Reference: 2017/S 197-405064

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

The Office of Government Procurement
N/A
3A Mayor Street Upper
Dublin 1. D01 PF72.
Dublin
IE
Contact person: Tender Operations
Telephone: +353 0761008000
NUTS code:  IE -  IRELAND
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=119900&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

Ministry or any other national or federal authority, including their regional or local subdivisions
I.5)

Main activity

General public services

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Expressions of Interest for the Provision of Nation-wide, Narrowband, Secure, Managed Digital Radio Services
Reference number:  IPS002F
II.1.2)

Main CPV code

32230000  -  Radio transmission apparatus with reception apparatus
II.1.3)

Type of contract

Services
II.1.4)

Short description

The provision of nation-wide, narrowband, secure, managed digital radio services for voice and data purposes and for the supply of associated devices for any Public Service Body approved by Com Reg to use the MDRS network, or who may be approved by Com Reg in the future and that falls within the list of public bodies listed in the PQQ may drawdown from the Framework Agreement.
II.1.5)

Estimated total value

Value excluding VAT: 3000000000.00  EUR
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

32000000  -  Radio, television, communication, telecommunication and related equipment
32233000  -  Radio-frequency booster stations
32300000  -  Television and radio receivers, and sound or video recording or reproducing apparatus
32310000  -  Radio broadcast receivers
32344000  -  Reception apparatus for radiotelephony or radiotelegraphy
32344200  -  Radio receivers
32344210  -  Radio equipment
32344220  -  Radio pagers
32344230  -  Radio stations
32344240  -  Radio tower
32344250  -  Radio installations
32344260  -  Radio and multiplex equipment
32344270  -  Radio and telephone control system
32344280  -  Portable radios
32352100  -  Parts of radio and radar equipment
32418000  -  Radio network
34966000  -  Radio Direction Finder and Non-Directional Beacon
38821000  -  Radio remote-control apparatus
44212260  -  Radio or television masts
44212261  -  Radio masts
45312330  -  Radio aerial installation work
50333000  -  Maintenance services of radio-communications equipment
50333100  -  Repair and maintenance services of radio transmitters
50333200  -  Repair and maintenance services of radiotelephony apparatus
51310000  -  Installation services of radio, television, sound and video equipment
51320000  -  Installation services of radio and television transmitters
51321000  -  Installation services of radio transmitters
64212500  -  General Packet Radio Services (GPRS) services
64228000  -  Television and radio broadcast transmission services
64228200  -  Radio broadcast transmission services
92200000  -  Radio and television services
92210000  -  Radio services
92211000  -  Radio production services
92213000  -  Small scale radio systems services
92214000  -  Radio studio or equipment services
92215000  -  General Mobile Radio Services (GMRS)
92216000  -  Family Radio Services (FRS)
92217000  -  General Mobile Radio Services/Family Radio Services (GMRS/FRS)
92230000  -  Radio and television cable services
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
II.2.4)

Description of the procurement

The provision of nation-wide, narrowband, secure, managed digital radio services for voice and data purposes and for the supply of associated devices for any Public Service Body approved by Com Reg to use the Managed Digital Radio Services network, or who may be approved by Com Reg in the future and that falls within the list of public bodies listed in the PQQ that may drawdown from the Framework Agreement.
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: 3000000000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 84
This contract is subject to renewal: yes
Description of renewals:  
The Contracting Authority reserves the right, at its discretion, to extend the Term for up to two (2) additional periods of up to twelve (12) months each on the same terms and conditions, subject to the Contracting Authority’s obligations at law. The Term will not exceed nine (9) years in aggregate.
II.2.9)

Information about the limits on the number of candidates to be invited

Envisaged minimum number: 3
Objective criteria for choosing the limited number of candidates:
It is envisaged that the Contracting Authority will shortlist the 3 highest scoring Candidates that have submitted compliant Responses and have met the Selection Criteria set out in this PQQ. The Contracting Authority reserves the right to shortlist more than the 3 highest scoring Candidates if the scores of the next highest ranking Candidate(s) are within 5% of the score of the third highest scoring Candidate.
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

List and brief description of selection criteria:  
Pass/Fail Criterion: Candidates must have achieved a minimum turnover equal to or in excess of €20M in each of the Candidate’s last three financial years.
Financial Robustness Criterion (300 marks available): Candidates must demonstrate sufficient financial capacity to successfully provide the services as outlined in Appendix 1 of the PQQ. The Candidate must achieve at least 40% (i.e. 120 marks) of the maximum available marks in respect of financial robustness.
Ability to Fund Criterion (100 marks available): The Candidate must demonstrate that it has the ability to fund this contract by providing an example of funding (either self-funded or debt funded) for at least one contract of a similar nature, scale and complexity to that required in the PQQ in the last 10 years. The Candidate must achieve at least 40% (i.e. 40 marks) of the maximum available marks in respect of ability to fund a contract example.
Minimum level(s) of standards possibly required:  
As above.
III.1.3)

Technical and professional ability

List and brief description of selection criteria:  
The minimum criteria that apply to this PPQ Stage of the Competition are as follows:
Pass/Fail Criterion: Candidates must demonstrate they have previous experience of successfully delivering a contract, within the last ten (10) years, of a similar nature, scale and complexity to that required by the Contracting Authority as set out in Appendix 1. The contract example provided must include sufficient information to demonstrate previous experience in successfully designing, delivering and implementing a fully resilient and highly available secure digital radio network managed service which must fulfil all of the following requirements:
i) a single contract with a value that equals or exceeds €20m per annum;
ii) cover a geographical area which equals or exceeds that of Ireland in terms of size and terrain type;
iii) Candidate must have worked in close collaboration, with regular interaction on a multi-agency basis, with a minimum of four (4) separate public sector bodies;
iv) covered a minimum of 19,000 subscriptions;
v) provided seamless nationwide coverage to handheld, mobile and fixed terminals in outdoor and indoor locations and to air-ground-air communications;
vi) 99.99% reliability across the network;
vii) an architecture with sufficient spare capacity to scale/grow rapidly as usage was required to handle emergency requirements and one-time events at short notice;
viii) secured against unauthorised physical interference, manipulation, eavesdropping, interception, monitoring and jamming; and
ix) the contract must also demonstrate how you worked closely with other consortia members (if applicable) and/or subcontractors to successfully manage their performance in the delivery of the contract.
Minimum level(s) of standards possibly required:  
As above.
III.2)

Conditions related to the contract

III.2.2)

Contract performance conditions

The Successful Tenderer shall be required to undergo a service performance evaluation process ('SPE'), following its appointment as Successful Tenderer and successful completion thereof shall be a condition of the award of any Services Contract. For more information please see the PQQ. The Contracting Authority reserves the right to make the Successful Tenderer and the other entity/entities jointly liable for the execution of any contract or require the Successful Tenderer or any such entity to provide a guarantee and/or enter into some other form of direct agreement with the Contracting Authority to secure the availability of those resources for the Contracting Authority in the event that the Successful Tenderer is unable to meet its commitments to the Contracting Authority. In this event, any such guarantee or agreement will be requested prior to (and shall be a condition of) the award of any Framework Agreement.

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Competitive procedure with negotiation
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
In the case of framework agreements, provide justification for any duration exceeding 4 years:  The reason the duration will exceed 4 years centres on the ability of candidates to realise a return on the significant upfront capital investment required to build out the network.
IV.1.4)

Information about reduction of the number of solutions or tenders during negotiation or dialogue

Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated
IV.1.5)

Information about negotiation

The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations
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.2.1)

Previous publication concerning this procedure

Notice number in the OJ S: 2017/S 019-031691
IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  20/11/2017
Local time:  12:00
IV.2.3)

Estimated date of dispatch of invitations to tender or to participate to selected candidates

Date: 19/01/2018
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)

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 of Ireland
Dublin
IE
Telephone: +353 18886000

VI.4.3)

Review procedure

Precise information on deadline(s) for review procedures: 
Please consult with your own legal advisers.