Provision of Waterways Ireland SharePoint 2010 E-portal website.

CONTRACT NOTICE

Services

SECTION I: CONTRACTING AUTHORITY

I.1)NAME, ADDRESSES AND CONTACT POINT(S)

Waterways Ireland
2 Sligo Road, Co. Fermanagh
Contact: IT
Attn: Mr Ian Cameron
BT74 7JY Enniskillen
UNITED KINGDOM
Tel. +44 2866323004
E-mail:
Fax +44 2866346257

Internet address(es)

General address of the contracting authority http://www.waterwaysireland.org

Address of the buyer profile http://www.etenders.gov.ie/search/Search_AuthProfile.aspx?ID=AA01654

Further information can be obtained at: Waterways Ireland
2 Sligo Road, Co. Fermanagh
Contact: IT
Attn: Ian Cameron
BT74 7JY Enniskillen
UNITED KINGDOM
Tel. +44 2866323004
E-mail:
Fax +44 2866346257
Internet: http://www.waterwaysireland.org

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained at: Waterways Ireland
2 Sligo Road, Co. Fermanagh
Contact: IT
Attn: Ian Cameron
BT74 7JY Enniskillen
UNITED KINGDOM
Tel. +44 2866323004
E-mail:
Fax +44 2866346257
Internet: http://www.waterwaysireland.org

Tenders or requests to participate must be sent to: Waterways Ireland
2 Sligo Road, Co. Fermanagh
Contact: IT
Attn: Ian Cameron
BT74 7JY Enniskillen
UNITED KINGDOM
Tel. +44 2866323004
E-mail:
Fax +44 2866346257
Internet: http://www.waterwaysireland.org

I.2)TYPE OF THE CONTRACTING AUTHORITY AND MAIN ACTIVITY OR ACTIVITIES
Body governed by public law
General public services

SECTION II: OBJECT OF THE CONTRACT

II.1)DESCRIPTION
II.1.1)Title attributed to the contract by the contracting authority
Provision of Waterways Ireland SharePoint 2010 E-portal website.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category: No 7
Main place of performance Waterways Ireland Headquarters, Co Fermanagh plus Co Dublin and Co Clare.

NUTS code IE

II.1.3)The notice involves
A public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)
The contract is for the provision of a Sharepoint 2010 E-portal website, hosted in Waterways Ireland’s Enniskillen Head Quarters, to cater for all of Waterways Ireland's geographical locations.
The contract will consist of a number of elements:
a) Design, implementation and maintenance of SharePoint 2010 E-portal website application.
b) Design, implementation and maintenance of SharePoint 2010 Mobile website application.
c) Supply, maintenance and support of any additional hardware and software.
d)Service level agreement (SLA)
e) The successful supplier for the SharePoint 2010 E-portal website will be required to design, implement, install, configure and optimise all the appropriate hardware, software and databases, for the whole proposed solution.
f) Waterways Ireland will provide all proposed servers, operating systems, MS SharePoint 2010 Licences and associated database software. All other software proposed to facilitate the new website will be provided by the supplier.
g) The successful supplier must proactively monitor and manage the E-portal Website; proactively resolving issues before they affect the Waterways Ireland business functions.
h) A 24 hours / 7 days a week / 365 days a year service is required.

Note: to register your interest in this notice and obtain any additional information please visit the eTenders web site at http://www.etenders.gov.ie/Search/Search_Switch.aspx?ID=282392.

II.1.6)Common procurement vocabulary (CPV)

72000000, 72261000, 72265000, 72263000, 72100000

II.1.7)Contract covered by the Government Procurement Agreement (GPA)
Yes
II.1.8)Division into lots
No
II.1.9)Variants will be accepted
No
II.2)QUANTITY OR SCOPE OF THE CONTRACT
II.2.1)Total quantity or scope
The provision of a Sharepoint 2010 E-portal website, hosted in Waterways Ireland’s Enniskillen Head Quarters.
Excluding VAT
Range between 200,000 and 275,000 EUR
II.2.2)Options
Yes
description of these options: The contract term will be 2 (two) years with the option to extend the contract for a further 3 (three) years renewable on an annual basis.
provisional timetable for recourse to these options: in months: 24 (from the award of the contract)
Number of possible renewals 3
II.3)DURATION OF THE CONTRACT OR TIME-LIMIT FOR COMPLETION
Starting 1.2.2012. Completion 31.1.2014

SECTION III: LEGAL, ECONOMIC, FINANCIAL AND TECHNICAL INFORMATION

III.1)CONDITIONS RELATING TO THE CONTRACT
III.1.1)Deposits and guarantees required
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions regulating them
Payment terms will be in accordance with the tender documents.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded
Prime contractor required.
III.1.4)Other particular conditions to which the performance of the contract is subject
Yes
The contract term is a period of 2 (two) years with options on the part of Waterways Ireland:
a) Upon or prior to the expiry of such term to extend such contract for a further one year ("the first extended term”);
b) Upon or prior to the expiry of the first extended term to extend such contract for a further one year ("the second extended term”);
c) Upon or prior to the expiry of the second extended term to extend such contract for a further one year ("the Third extended term”).
III.2)CONDITIONS FOR PARTICIPATION
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if requirements are met: (1) All candidates will be required to produce a certificate or declaration demonstrating that they are not bankrupt or the subject of an administration order, are not being wound-up, have not granted a trust deed, are not the subject of a petition presented for sequestration of their estate, have not had a receiver, manager or administrator appointed and are not otherwise apparently insolvent;
(2) All candidates will be required to produce a certificate or declaration demonstrating that the candidate, their directors, or any other person who has powers of representation, decision or control of the candidate has not been convicted of conspiracy, corruption, bribery, or money laundering. Failure to provide such a declaration will result in the candidate being declared ineligible and they will not be selected to participate in this procurement process;
(3) All candidates will be required to produce a certificate or declaration demonstrating that they have not been convicted of a criminal offence relating to the conduct of their business or profession;
(4) All candidates will be required to produce a certificate or declaration demonstrating that they have not committed an act of grave misconduct in the course of their business or profession;
(5) All candidates must comply with the requirements of the State in which they are established, regarding registration on the professional or trade register.
(6) Any candidate found to be guilty of serious misrepresentation in providing any information required, may be declared ineligible and not selected to continue with this procurement process;
(7) All candidates will have to demonstrate that they are licensed, or a member of the relevant organisation, in the State where they are established, when the law of that State prohibits the provision of the services, described in this notice, by a person who is not so licensed or who is not a member of the relevant organisation;
(8) All candidates will be required to produce a certificate or declaration demonstrating that they have fulfilled obligations relating to the payment of social security contributions under the law or of the relevant State in which the candidate is established;
(9) All candidates will be required to produce a certificate or declaration demonstrating that they have fulfilled obligations relating to the payment of taxes under the law or of the relevant State in which the economic operator is established.
III.2.2)Economic and financial capacity
Information and formalities necessary for evaluating if requirements are met: (1) All candidates will be required to provide evidence of relevant professional risk indemnity insurance;
(2) All candidates will be required to provide a statement, covering the 3 previous financial years including the overall turnover of the candidate and the turnover in respect of the activities which are of a similar type to the subject matter of this notice;
(3) All candidates will be required to provide statements of accounts or extracts from those accounts relating to their business.
Note: if the candidate has been trading for less than three years, a copy of the most recent audited accounts for the period that IS available must be provided.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if requirements are met:
(1) Details of the educational and professional qualifications of their managerial staff; and those of the person(s) who would be responsible for providing the services or carrying out the work or works under the contract;
(2) All candidates will be required to provide certification drawn up by an independent body attesting the compliance of the economic operator with quality assurance standards based on the relevant European standards
(3) A check may be carried out by the contracting authority or by a competent official body of the State in which the candidate is established, to verify the technical capacity of the candidate; and if relevant, on the candidates study and research facilities and quality control measures;
(4) A statement of the candidate's technical facilities; measures for ensuring quality; and their study and research facilities;
(5) An indication of the proportion of the contract which the services provider intends possibly to subcontract
(6) A statement of the technicians or technical services available to the candidate to carry out the work under the contract; or be involved in the production of goods or the provision of services under the contract; particularly those responsible for quality control, whether or not they are independent of the candidate.
Potential Suppliers should provide details of four significant private or public sector contracts where their contribution was of a value greater than 275 000 EUR (excluding VAT). These contracts must be for the provision of services relevant and comparable to those required by Waterways Ireland.
These Contracts should have been performed during the past 3 years from the date of issue of this PQQ (4.8.2011).
III.2.4)Reserved contracts
III.3)CONDITIONS SPECIFIC TO SERVICES CONTRACTS
III.3.1)Execution of the service is reserved to a particular profession
III.3.2)Legal entities should indicate the names and professional qualifications of the staff responsible for the execution of the service
Yes

SECTION IV: PROCEDURE

IV.1)TYPE OF PROCEDURE
IV.1.1)Type of procedure
Restricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Envisaged number of operators 5
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)AWARD CRITERIA
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)An electronic auction will be used
No
IV.3)ADMINISTRATIVE INFORMATION
IV.3.1)File reference number attributed by the contracting authority
2011_WICRP1
IV.3.2)Previous publication(s) concerning the same contract
IV.3.3)Conditions for obtaining specifications and additional documents
IV.3.4)Time-limit for receipt of tenders or requests to participate
12.9.2011 - 14:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
13.10.2011
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening tenders

SECTION VI: COMPLEMENTARY INFORMATION

VI.1)THIS IS A RECURRENT PROCUREMENT
VI.2)CONTRACT RELATED TO A PROJECT AND/OR PROGRAMME FINANCED BY EU FUNDS
VI.3)ADDITIONAL INFORMATION

To register an interest, potential suppliers are required to visit www.etenders.gov.ie and download, complete and submit the Pre qualification questionnaire (PQQ) which is attached to this contract notice, by the date stated therein.

(ET ref:282392).
VI.4)PROCEDURES FOR APPEAL
VI.4.1)Body responsible for appeal procedures

Waterways Ireland
2 Sligo Rd
BT74 7JY Enniskillen
UNITED KINGDOM
Tel. +44 2866323004
Internet: www.waterwaysireland.org

VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)DATE OF DISPATCH OF THIS NOTICE:
3.8.2011