Provision of Waterways Ireland SharePoint 2010 E-portal website.
CONTRACT NOTICE
Services
SECTION I: CONTRACTING AUTHORITY
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
General public services
SECTION II: OBJECT OF THE CONTRACT
Service category: No 7
Main place of performance Waterways Ireland Headquarters, Co Fermanagh plus Co Dublin and Co Clare.
NUTS code IE
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.
72000000, 72261000, 72265000, 72263000, 72100000
Excluding VAT
Range between 200,000 and 275,000 EUR
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
SECTION III: LEGAL, ECONOMIC, FINANCIAL AND TECHNICAL INFORMATION
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”).
(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.
(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.
(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).
SECTION VI: COMPLEMENTARY 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).Waterways Ireland
2 Sligo Rd
BT74 7JY Enniskillen
UNITED KINGDOM
Tel. +44 2866323004
Internet: www.waterwaysireland.org