Contract notice

Information

Published

Date of dispatch of this notice: 19/06/2020

Expire date: 20/07/2020

External Reference: 2020-240778

TED Reference: 2020/S 120-291514

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Houses of the Oireachtas Service
N/A
Leinster House
Dublin 2
Kildare Street
IE
Contact person: David Gorman
Telephone: +353 16183433
Internet address(es):
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=168934&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

Other type:  Parliament
I.5)

Main activity

Other activity:  Parliament

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Competitive Dialogue Procedure for the provision of a TV Playout Solution and Related Services for the Houses of the Oireachtas
Reference number:  2020/1013
II.1.2)

Main CPV code

32210000  -  Broadcasting equipment
II.1.3)

Type of contract

Supplies
II.1.4)

Short description

The Houses of the Oireachtas Commission (hereinafter referred to as the Contracting Authority) invites expressions of interest from suitably qualified candidates for the establishment of a single party framework agreement for the provision of a TV Playout Solution and related Services for the Houses of the Oireachtas.
The Contracting Authority is responsible for the running of the Houses of the Oireachtas, or Irish Parliament, (Dáil Éireann, Seanad Éireann and Oireachtas Committees), and acts as governing body of the Houses of the Oireachtas Service (“the Service”) (further information is available at www.oireachtas.ie).
The Contracting Authority wishes to put in place a single party framework for the provision of a TV Playout Solution and Related Services to commence in Q3 2020. The requirement can be met by replacing and/or upgrading components of the existing solution.
II.1.5)

Estimated total value

Value excluding VAT: 410000.00  EUR
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

32211000  -  Broadcast production equipment
64228100  -  Television broadcast transmission services
II.2.4)

Description of the procurement

The Houses of the Oireachtas Commission (hereinafter referred to as the Contracting Authority) invites expressions of interest from suitably qualified candidates for the establishment of a single party framework agreement for the provision of a TV Playout Solution and related Services for the Houses of the Oireachtas.
The Contracting Authority is responsible for the running of the Houses of the Oireachtas, or Irish Parliament, (Dáil Éireann, Seanad Éireann and Oireachtas Committees), and acts as governing body of the Houses of the Oireachtas Service (“the Service”) (further information is available at www.oireachtas.ie).
The Oireachtas Broadcasting Unit (“OBU”), under the direction of the Contracting Authority, has responsibility for the televising and transmission of parliamentary proceedings and the management of ancillary services.
The Contracting Authority wishes to put in place a single party framework for the provision of a TV Playout Solution and Related Services to commence in Q3 2020. The initial contract is to commence straight away with a view to, ideally, install during the Christmas recess 2020 or at an agreed date. The requirement can be met by replacing and/or upgrading components of the existing solution.
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: 410000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48
This contract is subject to renewal: yes
Description of renewals:  
The framework agreement will be for an initial three years (“The Term”), with the option, reserved by the Contracting Authority, to extend for one subsequent one-year period (to a maximum of four years) subject to satisfactory performance, business needs and budgetary constraints.
II.2.9)

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

Envisaged number of candidates: 5
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:  B1. Personnel/Skills
Candidates must demonstrate that they have access to the minimum number of suitably qualified and experienced resources capable of delivering the required services.
B2. Previous Experience
B3. Quality Assurance Measures
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

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Competitive dialogue
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:  20/07/2020
Local time:  12:00
IV.2.3)

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

Date: 10/08/2020
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
High Court Central Office, The Four Courts, Inns Quay
Dublin 1
D1
IE
Telephone: +353 18886000
Internet address: www.courts.ie