Contract notice

Information

Published

Date of dispatch of this notice: 16/03/2021

Expire date: 06/06/2031

External Reference: 2021-239778

TED Reference: 2021/S 055-138212

Contract notice

Cached Version

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

The Office of Government Procurement
IE3229842HH
3A Mayor Street Upper
Dublin 1. D01 PF72.
Dublin
IE
Contact person: OGP Support
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=184905&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

DPS for Wide Area Network Connectivity and Associated Services for Office of Government Procurement
Reference number:  PROJ000006280
II.1.2)

Main CPV code

72720000  -  Wide area network services
II.1.3)

Type of contract

Services
II.1.4)

Short description

The Minister for Public Expenditure and Reform (the “Contracting Authority”) is issuing this request for applications to participate (“RFATP”) in a Dynamic Purchasing System (“DPS”) as a central purchasing body (“CPB”). The Office of Government Procurement (the “OGP”) is an office within the Department of Public Expenditure and Reform tasked with sourcing goods and services on behalf of the public service. References to the Contracting Authority will be deemed to include the OGP. The DPS will be co-ordinated and managed by the OGP with the assistance of the Office of the Government Chief Information Officer (“OGCIO”).
The Contracting Authority invites requests to participate (each an “Application”) from economic operators (each an “Applicant”) for appointment to a DPS for the provision of the services described in Appendix 1 to this RFATP (the “Services”).
II.1.5)

Estimated total value

Value excluding VAT: 250000000.00  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

Category 1 - Provision of WAN Connectivity Services for GCN and Networks with Bandwidth ≥ 1Gb.
Lot No:  1
II.2.2)

Additional CPV code(s)

32400000  -  Networks
32410000  -  Local area network
32412000  -  Communications network
32412100  -  Telecommunications network
32421000  -  Network cabling
32424000  -  Network infrastructure
32428000  -  Network upgrade
32429000  -  Telephone network equipment
72720000  -  Wide area network services
32430000  -  Wide area network
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
Main site or place of performance:  
Dublin 1
II.2.4)

Description of the procurement

The Minister for Public Expenditure and Reform (the “Contracting Authority”) is issuing this request for applications to participate (“RFATP”) in a Dynamic Purchasing System (“DPS”) as a central purchasing body (“CPB”). The Office of Government Procurement (the “OGP”) is an office within the Department of Public Expenditure and Reform tasked with sourcing goods and services on behalf of the public service. References to the Contracting Authority will be deemed to include the OGP. The DPS will be co-ordinated and managed by the OGP with the assistance of the Office of the Government Chief Information Officer (“OGCIO”).
The Contracting Authority invites requests to participate (each an “Application”) from economic operators (each an “Applicant”) for appointment to a DPS for the provision of the services described in Appendix 1 to this RFATP (the “Services”).
Category 1 relates to:
a) the provision of Wide Area Network Connectivity Services for the core of the Government Cloud Network, connecting the major cities and towns across the country (“GCN”) which will generally be supplied via Dark Fibre or via other media with a Bandwidth greater than or equal to (≥) 1Gb. Bandwidth less than (<) 1Gb may be utilised for the GCN in certain circumstances; and
b) the provision of all other Wide Area Network Connectivity Services with Bandwidth greater than or equal to (≥) 1Gb or via Dark Fibre, for example:
• for the infrastructure connecting Sites within Locations and/or backhaul from these Locations to the GCN;
• for Client high capacity requirements e.g. Links between data centres and Links between Clients and the GCN.
Applicants should note the following in respect of Category 1:
• Services contracts under Category 1 may be awarded for a Term of between seven (7) and ten (10) years;
• Dark Fibre, Wavelengths and Point to Point Radio are the only acceptable media for mini competitions (each a “Mini Competition”) conducted under Category 1;
• DPS Clients may require Bandwidth from 1Gb up to and in excess of 10 Gb;
• Applicants may be required to provide either or both Symmetric and Asymmetric Links under Mini Competitions conducted in this Category;
• Services may include the supply, support and maintenance of New CPE and may also include the support and maintenance of pre-existing CPE.
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: 130000000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 120
This contract is subject to renewal: no
II.2.9)

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

Envisaged number of candidates: 20
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
II.2)

Description

II.2.1)

Title

Category 2 - Provision of WAN Connectivity Services with Bandwidth ≤ 1Gb for 20 or more Sites.
Lot No:  2
II.2.2)

Additional CPV code(s)

32400000  -  Networks
32410000  -  Local area network
32412000  -  Communications network
32412100  -  Telecommunications network
32421000  -  Network cabling
32424000  -  Network infrastructure
32428000  -  Network upgrade
32429000  -  Telephone network equipment
72720000  -  Wide area network services
32430000  -  Wide area network
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
Main site or place of performance:  
Dublin 1
II.2.4)

Description of the procurement

The Minister for Public Expenditure and Reform (the “Contracting Authority”) is issuing this request for applications to participate (“RFATP”) in a Dynamic Purchasing System (“DPS”) as a central purchasing body (“CPB”). The Office of Government Procurement (the “OGP”) is an office within the Department of Public Expenditure and Reform tasked with sourcing goods and services on behalf of the public service. References to the Contracting Authority will be deemed to include the OGP. The DPS will be co-ordinated and managed by the OGP with the assistance of the Office of the Government Chief Information Officer (“OGCIO”).
The Contracting Authority invites requests to participate (each an “Application”) from economic operators (each an “Applicant”) for appointment to a DPS for the provision of the services described in Appendix 1 to this RFATP (the “Services”).
Category 2 relates to the provision of Wide Area Network Connectivity Services, with Bandwidth less than or equal to (≤) 1Gb for 20 or more Sites, that are required for one or more of the following (note that this is not an exhaustive list):
• Carrier Interconnects with GCN at agreed peering points;
• Interconnection of Sites with the GCN;
• Connectivity and backhaul for a Location to the GCN;
• Diverse connectivity from a Location to the GCN;
• Public Service Bodies (PSBs) wishing to interconnect their own offices;
• PSBs wishing to connect their own offices through/using the GCN.
Applicants should note the following in respect of Category 2:
• Services contracts under Category 2 may be awarded for a Term between four (4) and seven (7) years;
• Applicants must be capable of providing either or both Symmetric and Asymmetric Links under Mini Competitions conducted in this Category; and
• Services may include the supply, support and maintenance of New CPE and may also include the support and maintenance of pre-existing CPE.
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: 115000000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 120
This contract is subject to renewal: no
II.2.9)

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

Envisaged number of candidates: 20
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
II.2)

Description

II.2.1)

Title

Category 3 - Provision of WAN Connectivity Services with Bandwidth ≤ 1Gb for up to 19 Sites
Lot No:  3
II.2.2)

Additional CPV code(s)

32400000  -  Networks
32410000  -  Local area network
32412000  -  Communications network
32412100  -  Telecommunications network
32421000  -  Network cabling
32424000  -  Network infrastructure
32428000  -  Network upgrade
32429000  -  Telephone network equipment
72720000  -  Wide area network services
32430000  -  Wide area network
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
Main site or place of performance:  
Dublin 1
II.2.4)

Description of the procurement

The Minister for Public Expenditure and Reform (the “Contracting Authority”) is issuing this request for applications to participate (“RFATP”) in a Dynamic Purchasing System (“DPS”) as a central purchasing body (“CPB”). The Office of Government Procurement (the “OGP”) is an office within the Department of Public Expenditure and Reform tasked with sourcing goods and services on behalf of the public service. References to the Contracting Authority will be deemed to include the OGP. The DPS will be co-ordinated and managed by the OGP with the assistance of the Office of the Government Chief Information Officer (“OGCIO”).
The Contracting Authority invites requests to participate (each an “Application”) from economic operators (each an “Applicant”) for appointment to a DPS for the provision of the services described in Appendix 1 to this RFATP (the “Services”).
Category 3 relates to the provision of Wide Area Network Connectivity Services, with Bandwidth less than or equal to (≤) 1Gb for up to 19 Sites, that are required for one or more of the following (note that this is not an exhaustive list):
• Carrier Interconnects with GCN at agreed peering points;
• Interconnection of Sites (including remote Sites) and Locations with the GCN;
• Connectivity and backhaul for a Location to the GCN;
• Diverse connectivity from a Location to the GCN;
• PSBs wishing to interconnect their own offices;
• PSBs wishing to connect their own offices through/using GCN.
Applicants should note the following in respect of Category 3:
• Services contracts under Category 3 may be awarded for a Term of up to four (4) years;
• Applicants must be capable of providing either Symmetric or Asymmetric Links, under this Category; and
• Services may include the supply, support and maintenance of New CPE and may also include the support and maintenance of pre-existing CPE.
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: 5000000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 120
This contract is subject to renewal: no
II.2.9)

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

Envisaged number of candidates: 20
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:  Please consult the RFT documentation for this competition RFT #186513
III.1.2)

Economic and financial standing

List and brief description of selection criteria:  
Please consult the RFT documentation for this competition RFT #186513
Minimum level(s) of standards possibly required:  
Please consult the RFT documentation for this competition RFT #186513
III.1.3)

Technical and professional ability

List and brief description of selection criteria:  
Please consult the RFT documentation for this competition RFT #186513
Minimum level(s) of standards possibly required:  
Please consult the RFT documentation for this competition RFT #186513
III.2)

Conditions related to the contract

III.2.2)

Contract performance conditions

Please consult the RFT documentation for this competition RFT #186513

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Restricted procedure
IV.1.3)

Information about a framework agreement or a dynamic purchasing system

The procurement involves the setting up of a dynamic purchasing system
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: 2020/S 066-157335
IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  06/06/2031
Local time:  16:00
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English

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 18866000

VI.4.3)

Review procedure

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