Contract notice – utilities
Legal Basis:
Directive 2014/25/EU
Section I: Contracting entity
I.1)Name and addressesOfficial name: Electricity Supply Board ( ESB )
National registration number: N/A
Postal address: 2 Gateway
Town: Dublin 3
NUTS code: IE Éire / Ireland
Postal code: East Wall Road
Country: Ireland
Contact person: Conor Molloy
E-mail: Conor.molloy@esb.ie
Telephone: +353 17026543
Internet address(es):
Main address: http://www.esb.ie
Address of the buyer profile: https://irl.eu-supply.com/ctm/Company/CompanyInformation/Index/377
I.3)CommunicationThe 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=206677&B=ETENDERS_SIMPLE
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted electronically via: http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=206677&B=ETENDERS_SIMPLE
Tenders or requests to participate must be submitted to the abovementioned address
I.6)Main activityElectricity
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
The Suppy & Support of Fully Licensed Brocade Gen 7 Hardware & Related SanNav Software
Reference number: SS/CON/6199
II.1.2)Main CPV code72000000 IT services: consulting, software development, Internet and support
II.1.3)Type of contractServices
II.1.4)Short description:
Contracting Entity intends to procure a contract for the supply and support of fully licensed Brocade Gen 7 hardware and related SanNav software.
The supply and support of at minimum 4 x Brocade gen 7 director class fibre channel switches to replace our existing Gen 5 dcx 8510-8B switches.
Brocade Software - Support and Maintenance of New & existing software
Brocade Hardware -Support and Maintenance of New & existing switches
Supply and support of relevant SanNav software and licensing.
ESB currently has approximately 1600+ ports in use on the existing dcx8510-B switches. This port count is expected to grow within the duration of the contract.
Vendors must indicate that they are a registered Brocade OEM supplier/partner for the supply and support of Gen 7 hardware, licensing, and related software.
Vendors must indicate that they are able to provide premier support directly with Broadcom.
II.1.5)Estimated total value
II.1.6)Information about lotsThis contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)72000000 IT services: consulting, software development, Internet and support
II.2.3)Place of performanceNUTS code: IE Éire / Ireland
II.2.4)Description of the procurement:
Contracting Entity intends to procure a contract for the supply and support of fully licensed Brocade Gen 7 hardware and related SanNav software
It is proposed that the Contract will include (non-exhaustive list – high level scope):
The supply and support of at minimum 4 x Brocade gen 7 director class fibre channel switches to replace our existing Gen 5 dcx 8510-8B switches.
Brocade Software - Support and Maintenance of New & existing software
Brocade Hardware - Support and Maintenance of New & existing switches
Supply and support of relevant SanNav software and licensing.
ESB currently has approximately 1600+ ports in use on the existing dcx8510-B switches. This port count is expected to grow within the duration of the contract.
Vendors must indicate that they are a registered Brocade OEM supplier/partner for the supply and support of Gen 7 hardware, licensing, and related software.
Vendors must indicate that they are able to provide premier support directly with Broadcom.
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 60
This contract is subject to renewal: no
II.2.9)Information about the limits on the number of candidates to be invitedEnvisaged number of candidates: 5
Objective criteria for choosing the limited number of candidates:
Further information is available within the PQQ documents on eTenders.gov.ie RFT ID: 207115
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: no
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
Further information is available within the PQQ documents on eTenders.gov.ie RFT ID: 207115
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 registersList and brief description of conditions:
Further information is available within the PQQ documents on eTenders.gov.ie RFT ID: 207115
III.1.2)Economic and financial standingSelection criteria as stated in the procurement documents
III.1.3)Technical and professional abilitySelection criteria as stated in the procurement documents
III.1.4)Objective rules and criteria for participationList and brief description of rules and criteria:
Further information is available within the PQQ documents on eTenders.gov.ie RFT ID: 207115
III.1.6)Deposits and guarantees required:
Further information is available within the PQQ documents on eTenders.gov.ie RFT ID: 207115
III.1.7)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Further information is available within the PQQ documents on eTenders.gov.ie RFT ID: 207115
III.1.8)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Further information is available within the PQQ documents on eTenders.gov.ie RFT ID: 207115
III.2)Conditions related to the contract
III.2.2)Contract performance conditions:
Further information is available within the PQQ documents on eTenders.gov.ie RFT ID: 207115
III.2.3)Information about staff responsible for the performance of the contractObligation to indicate the names and professional qualifications of the staff assigned to performing the contract
Section IV: Procedure
IV.1)Description
IV.1.1)Type of procedureNegotiated procedure with prior call for competition
IV.1.3)Information about a framework agreement or a dynamic purchasing systemThe procurement involves the establishment of a framework agreement
Framework agreement with a single operator
IV.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogueRecourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated
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 participateDate: 11/03/2022
Local time: 12:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
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 tenderDuration in months: 12 (from the date stated for receipt of tender)
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.2)Information about electronic workflowsElectronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3)Additional information:
Further information is available within the PQQ documents on eTenders.gov.ie RFT ID: 207115
VI.4)Procedures for review
VI.4.1)Review bodyOfficial name: Chief Registrar
Postal address: Four Courts, Inns Quay
Town: Dublin 7
Country: Ireland
Telephone: +353 18886000
Internet address: http://www.courts.ie
VI.5)Date of dispatch of this notice:07/02/2022
http://ted.europa.eu/udl?uri=TED:NOTICE:77931-2022:TEXT:EN:HTML&src=0&tabId=2