Supplementary Request for Tender. Framework Agreement Lot 1 for the Provision of Desktop & Notebook Computers and Associated Services

Similar documents
Tendering Process Information Document for Chester Beatty Library

Casework Technical Support (Social Welfare - Project Management)

An evaluation of the Irish Remote Interpreting Service (IRIS) Request for Tenders

Procurement policy & procedures for the Pensions Authority (Updated August 2017 )

BALLYMUN REGENERATION LTD. INSTRUCTIONS TO TENDER FRAMEWORK AGREEMENT FOR PSDP CONSULTANT SERVICE

Public Procurement Guidelines for LEADER Funding Applicants

NATIONAL BIODIVERSITY DATA CENTRE. Review of Operations, and consideration of future funding and operational models. Request for Quotations (RFQ)

Forestry Training and Education Ireland Ltd

Invitation to Tender RGT Evaluation Framework Agreement, 2016 to 2019

1 August 2018 RFQ No11543 REQUEST FOR QUOTATION (RFQ)

Invitation to tender. Provision of External Audit Services

Call for tender for translation services for the Translation Centre Frequently asked questions (FAQs) FL/LEG17

INVITATION TO TENDER (ITT) TENDER RETURN DATE AND TIME (DEADLINE): 12 APRIL pm

Shetland Islands Council

INVITATION TO TENDER TO SUPPORT ORGANISATIONAL CHANGE AND TRANSFER OF UNDERTAKINGS OF THE CHESHIRE AND WARRINGTON GROWTH HUB

Attached please find a questionnaire for your completion and return to us together with the understated documents:

Request for Tender Recruitment Support Services

Internal Auditors for Craigowen Housing Association Period: 2 Years with an option to extend for 2 further periods of 12 months

Prequalification Questionnaire. for. Property Related Professional Services. PROC/2013/80/CT/Professional Services EU RESTRICTED PROCEDURE

Request for Tender for Phone system

INSTRUCTIONS DOCUMENT

For: International Festivals Academy Brazil: Skills training for festival managers in Paraty Rio de Janeiro, Brazil

Service Description. Dell Agile Desktop Services. Introduction. Service Description. Service SKUs. Key Service Steps

OFFICIAL. 1.2 The following information has been provided in relation to each question (where applicable);

22 August 2018 RFQ No:11864 REQUEST FOR QUOTATION (RFQ) : Cybersecurity Awareness Program - package upgrade

PRE-QUALIFICATION FOR PROVISION OF TEAM BUILDING CONSULTANCY SERVICES TENDER NO. KPPF /HRA-B/1-A/22/17-18

A Study to Identify Research Priorities for the Therapy Professions in Ireland

Tender specifications for advertising Satellite image analyses for agricultural control 2018

REQUEST FOR QUOTATION (RFQ)

T 1.1: Tender Notice and Invitation to Tender SECTION 1: NOTICE TO TENDERERS 1. INVITATION TO BID

Invitation to Tender. External Audit Services. July 2015

Trethowans LLP. Recruitment Agency Preferred Supplier List (PSL) Invitation to Tender

Invitation to Tender (ITT): Project Manager with the Heritage Council of Ireland: Historic Towns Network

Invitation to Tender

Invitation to Tender. Development Legal Services. August 2015


Supply of Office Furniture, Fittings, Furnishings & other Equipments.

Invitation to Tender. Implementation of Microsoft Dynamics CRM for D2N2 Growth Hub

Advice Skills Academy. Learning Tender Brief & Response. Guidance and Tender document. Deadline for responses: 12 noon Wednesday 10 April 2019

FORM OF APPOINTMENT AS CONSULTANT (CDM CO-ORDINATOR) (FOAC

DfE wishes to appoint Commissioners to deliver intervention and improvement support in the following LAs:

TENDER SUBMISSION FORM 1

INTERNATIONAL INSTITUTE FOR DEMOCRACY AND ELECTORAL ASSISTANCE TENDER NOTICE

PRE-QUALIFICATION OF SUPPLIERS PROVISION OF FUMIGATION, SANITATION AND SANITAL DISPOSAL SERVICES TENDER NO.KPLC1/5BC/9A/PT-ST/113/2010

Invitation to Tender for: Building Connections Fund Youth strand: Youth Resources. Issue Date: November 2018

MG ALBA PROCUREMENT POLICY AND SCHEME OF TENDERING

ADELAIDE VENUE MANAGEMENT CORPORATION

Fiji Health Sector Support Program

DTP-2012 Procurement of Contractors

North American Development Bank. Engagement of Consultants

Instructions to Tender for Open Invitation to Tender -

Engaging Professional Consultants

For the Project. 1.1 Purpose and Role

POST PRIMARY BUILDING UNIT FURNITURE & EQUIPMENT FOR SECOND LEVEL SCHOOLS

Freedom of Information Model Publication Scheme Guidance

11 AC Procurement and Management of Consultants

Gambling-Related Harm Minimisation in Criminal Justice Invitation to Tender

REQUEST FOR QUOTATION (RFQ)

THE FIJI SUGAR CORPORATION LIMITED FSC HEAD OFFICE, DRASA AVENUE RD, BALAWA, LAUTOKA

INVITATION TO TENDER ERDF

REQUEST FOR QUOTATION (RFQ) (Goods)

Business Opportunity. Title: United Kingdom-Southampton: Managed security and associated services. Document Type: Contract Notice

ADELAIDE VENUE MANAGEMENT CORPORATION

Monaghan County Council. Tender Invitation for LEO Monaghan Training services 2018/2019

EXPRESSION OF INTEREST (EOI) LONG FORM. Construction Contract Administration Services

BIS Research & Evaluation Framework. Guide for Buyers

TENDER SPECIFICATIONS

DoES-QW1 Suitability Assessment Questionnaire and Declaration

REQUEST FOR PROPOSALS (RFP) - Project for Data Cleaning of Industrial Property Documents of Indonesia

SPECIAL INSTRUCTIONS TO BIDDERS FOR PREPARATION OF THE PROPOSAL

11 June h00 Closing date for delivery of quote 19 June Contact Person

Request for Proposal. 4229P PeopleSoft HCM Technical Consulting Services

The maximum budget for the contract is DKK.

SANEDI PROCUREMENT PROCUREMENT DIRECTIVE : BID EVALUATION SCORING CRITERIA DATE : APRIL 2013

REQUEST FOR QUOTATION (RFQ)

DÚN LAOGHAIRE RATHDOWN COUNTY COUNCIL

ARCHITECTURAL SERVICES TENDER

INVITATION TO TENDER to produce the Local Implementation Plan for the European Structural and Investment Funds in Cheshire and Warrington.

PCO for World Water Week in Stockholm

BALLYMUN REGENERATION LTD. INSTRUCTIONS TO APPLICANTS

PARTNER / SUB-CONTRACTOR DUE DILIGENCE QUESTIONNAIRE

Advice Skills Academy. Accredited Learning Tender Brief & Response. Guidance and Tender document

Request for Quotation ( RFQ ) Financial Audit Services for RRFB Nova Scotia. RFQ No. RRFB0043

Procurement Document

Tender Document for the Provision of services for the: Development and Testing of a Dynamic Positioning Prototype for Small Vessels

DATE: 02/05/2018. REQUEST FOR PROPOSAL: No. RFP/2018/UNHCR/PSP/MENA/002 FOR THE ESTABLISHMENT OF A FRAME AGREEMENT FOR THE PROVISION OF

INTEGRATION AND API LICENCE AGREEMENT

SMART ENERGY ISLANDS: Employment Services Framework QUERIES AND RESPONSES

Venue for World Water Week in Stockholm

Northwest Business Park, Building 5, Bay 3. Issued for Tender: August 24, Substantial Date: November 17, 2017

Notes for completion of Pre-Qualification Questionnaire (P.Q.Q)

Simatic IT Software Product Specific Terms

STRATEGIC COMUNICATIONS SERVICES

08 NOVEMBER PURPOSE

TENDER SPECIFICATION DOCUMENT WEST MIDLANDS INTERNATIONAL TRADE LLP. Media for UKTI promotion 14/15 15/16. Tender for the Supply of Media Campaigns

Tender 1 (3 Sisters) : Brecon, Conway, & Ludlow Towers. Tender 2 : Dunton, Lenham, & Romney Towers

PLEASE ASK A MEMBER OF STAFF IF YOU WOULD LIKE A VERSION IN A DIFFERENT FORMAT

LEVEL 1-3 DEVELOPMENT SUPPORT TO SCHOOL GAMES ORGANISERS, SCHOOLS AND OTHERS - DELIVERY AGENT BETWEEN SEPTEMBER 2017 AND AUGUST 2020

Artist Terms and Conditions

Transcription:

Supplementary Request for Tender Framework Agreement Lot 1 for the Provision of Desktop & Notebook Computers and Associated Services Framework Client Name of Framework Client Instructions for Framework Clients: (delete before issuing): Framework Client to complete instructions highlighted in yellow. Upon completion remove yellow highlight and delete all prompts prior to submission. 1

1. Name of Framework Client (the Contracting Authority ) seeks Responses for the provision of Brief description of requirements to be delivered to the following location(s): Insert location. Detailed specifications of requirements are attached at Appendix 1. 2. This Supplementary Request for Tenders (SRFT) is issued in accordance with the Terms and Conditions of the OGP s Multi-Supplier Framework Agreements for the Supply of Personal, Notebook, Thin & Zero Client, Hybrid & Tablet Computers and Associated Services. 3. As one of the Framework Members included in the above-mentioned Framework you are now invited to consider this SRFT and send a formal Response. 4. Any contract awarded arising from this mini-competition will be for the supply of [Insert Number] devices Or Any contract awarded arising from this mini-competition will run for a period of Contract duration. Prompt: Select one appropriate contract type and delete alternative (e.g. for a one off supply select the 1 st option. For a drawdown agreement for a fixed period of time select the 2 nd option). Note the extension period if applicable. 5. The successful Tenderer agrees to execute, and comply with the terms and conditions of, the Goods Contract which was attached, as Appendix 7, to the OGP s Request for Tenders (RFT) to establish the Framework. 6. Any queries in relation to this SRFT and any of the requirements specified therein must be directed to the Contracting Authority using the messaging function on the contract workspace on www.etenders.gov.ie. Queries or requests for clarification will be accepted no later than Enter a time on Click here to enter a date.. All clarifications and responses to queries/requests for clarifications will be transmitted to all Framework Members via etenders to their dedicated points of contact. Where appropriate, questions or replies may be amalgamated in the course of responding. 2

7. Responses must be submitted via the Tender Response facility on www.etenders.gov.ie Responses must be received not later than Enter a time on Click here to enter a date.. Tenders that are received late WILL NOT be considered in this Competition. 8. The Contracting Authority intends to award the contract to the Choose an item Tender received. An outline of how the marks are to be allocated is defined at Paragraph 11 below. Tenderers must detail all and any costs associated with the provision of all goods and/or services required pursuant to this SRFT. 9. Prices, fees or rates quoted in this SRFT cannot be increased during the term of the contract and cannot exceed any prices, fees or rates quoted by the Tenderer in their response to the RFT to Establish the Framework Agreement. 10. Terms and conditions set out by the Contracting Authority in the RFT to establish the Framework Agreement cannot be altered by Tenderer in the course of responding to this SRFT. 11. The successful Tenderer shall be required to hold for the term of any Contract awarded pursuant to this SRFT insurances of the type and to the level specified below: Employer s Liability Type of Insurance Indemnity Limit 12.7 million Public Liability 6.5 million Professional Indemnity Specify if required. Product Liability Specify if required. Delete Professional Indemnity and/or Product Liability insurances if they are not required. Tenderers are asked to provide, as part of their Response, written confirmation that they hold or will hold, if successful, the above types and levels of insurance. A formal confirmation from the 3

Tenderer s insurance company or broker to this effect may be requested from the successful Tenderer prior to the award of (and shall be a condition of) any contract. 12. Prior to the award of any contract pursuant to this SRFT, the successful Tenderer shall be required to supply its Tax Clearance Access Number and Tax Reference Number to facilitate online verification of their tax status by the Contracting Authority. By supplying these numbers the successful Tenderer acknowledges and agrees that the Contracting Authority has the permission of the successful Tenderer to verify its tax cleared position online. 13. The Contracting Authority reserves the right to withhold payment where the successful Tenderer fails to meet his/her contractual obligations in relation to the delivery of the Goods Contract to an acceptable level of quality. 14. The contract for the requested Goods will be awarded on the basis of Most Economically Advantageous Tender. Marks will be awarded according to the award criteria outlined in the following table: Criteria Scoring range Minimum mark required A. Quality of Proposed Device B. Energy Efficiency and Environmental Matters C. Quality of Technical Support D. Quality of Associated Services E. Delivery Timescales F. Cost Total 1000 Click here and insert a mark between 0 and 600 Click here and insert a mark between 0 and 300 Click here and insert a mark between 0 and 500 Click here and insert a mark between 0 and 500 Click here and insert a mark between 0 and 500 Click here and insert a mark between 250 and 1000 Click here and insert a minimum score Click here and insert a minimum score Click here and insert a minimum score Click here and insert a minimum score Click here and insert a minimum score N/A Delete any undesired criteria from the table above, then replace the scoring range with the desired number of marks for each criteria. Ensure marks for all award criteria including cost total 1000. Insert minimum marks to qualitative criteria where applicable. For information on use of sub-criteria please see the User Guide for this Framework Agreement available on www.procurement.ie 4

Marks for Cost Criteria (A) will be allocated using the following formula: For each of the non-cost criteria stated, the following evaluation methodology will be applied: Stage 1: The tender evaluation panel will determine into which of the following five bands the response falls Band 5 4 3 2 1 0 Meaning Excellent response with very few or no weaknesses that fully meets or exceeds requirements, and provides comprehensive, detailed, and convincing assurance that the Tenderer will deliver to an excellent standard. A very good response that demonstrates real understanding of the requirements and assurance that the Tenderer will deliver to a good or high standard. A satisfactory response which demonstrates a reasonable understanding of requirements and gives reasonable assurance of delivery to an adequate standard but does not provide sufficiently convincing assurance to award a higher mark. A response where reservations exist. Lacks full credibility or convincing detail, and there is a significant risk that the response will not be successful. A response where serious reservations exist. This may be because, for example, insufficient detail is provided, and the response has fundamental flaws, or is seriously inadequate or seriously lacks credibility with a high risk of non-delivery. Response completely fails to address the criterion under consideration Stage 2: The tender evaluation panel will then determine the rating (Low (L), Medium (M) or High (H)) within this band and award the Tender the associated number of marks as per the Qualitative Scoring Schedule found in Appendix 2. Tenderers who fail to reach the minimum acceptable marks indicated for each relevant award criterion will be eliminated from the competition. Tie Break: If the evaluation results in a tie between two or more Tenders, then the Tender with the highest overall Qualitative score shall be deemed the Most Economically Advantageous Tender. 5

In the event of a tie and there being no difference in the Qualitative scores, then the Tender with the highest score for the criterion Cost shall be deemed the Most Economically Advantageous Tender. Delete the above paragraphs if Most Economically Advantageous Tender does not apply. 15. This SRFT contains no contractual offer of any kind. Any Response will be regarded as an offer by the Tenderer and not as an acceptance by the Tenderer of an offer made by the Contracting Authority. 16. No commitment of any kind, contractual or otherwise will exist unless and until a formal written contract has been executed by the Contracting Authority. 17. Tenderers are advised that the Contracting Authority is subject to the Freedom of Information (FOI) Acts, 2014. If a Tenderer considers that any of the information supplied in their Tender response is either commercially sensitive or confidential in nature, this should be highlighted and the reasons for its sensitivity specified. In such cases the relevant material will, in response to a request under the FOI Act, be examined in the light of the exceptions provided for in the Act. 18. Unless otherwise stated in Appendix 1: Requirements and Specifications, Tenderers may only propose a single Make and Model for each device sought in response to this SRFT. 6

Appendix 1: Requirements & Specifications 1. Introduction & Information about the Framework Client Insert brief details about the Framework Client including any background information that is useful for the Tenderer PROMPT (please delete after completion): Issues for consideration may include but are not necessarily limited to Brief background information about the Framework Client The objectives of the SRFT Information relating to volumes Description of the existing environment in the Client organisation as it relates to the requirement 2. Personal Computer Requirements Standard PC Enter the fixed quantity or in the case of a drawdown arrangement an estimated quantity of Standard PCs required Operating System Processor RAM On-Board Storage Capacity Removable Storage Interfaces Graphics Monitor Sound Warranty Upgrade Options (Only if required) 7

3. Notebook Computer Requirements Standard Notebook Computer Operating System Processor RAM On-Board Storage Capacity Network Connectivity Interfaces Graphics Additional Items to be included Warranty Enter the fixed quantity or in the case of a drawdown arrangement an estimated quantity of Standard Notebook Computers required Upgrade Options (Only if required) 4. Associated Services and Additional Associated Products Associated Services Tick box to select any associated services required Unpacking & Packaging Removal Installation Advanced Installation Image Deployment Secure Disposal Enter here any additional detail surrounding the associated services, such as specific installation requirements you have. Additional Quantities of Associated Products Product 19 Monitor 21 Monitor 23 Monitor Keyboard Mouse Speakers Soundbar Quantity Required 8

5. Delivery Requirements Enter details of specific delivery requirements, including schedules, sites and any restricted timelines for delivery. 6. Award Criteria Award Criteria (A) - Quality of Proposed Device(s) (Enter maximum word count here, if required) Insert details of how you want the Tenderer to address this qualitative criterion, or delete this table if the criterion is not in use. Sub Criteria may be added here any sub criteria added must relate to the individual award criterion and weightings for sub-criteria must be included. Award Criteria (B) - Energy Efficiency and Environmental Matters (Enter maximum word count here, if required) Insert details of how you want the Tenderer to address this qualitative criterion, or delete this table if the criterion is not in use. Sub Criteria may be added here any sub criteria added must relate to the individual award criterion and weightings for sub-criteria must be included. Award Criteria (C) - Quality of Technical Support (Enter maximum word count here, if required) Insert details of how you want the Tenderer to address this qualitative criterion, or delete this table if the criterion is not in use. Sub Criteria may be added here any sub criteria added must relate to the individual award criterion and weightings for sub-criteria must be included. Award Criteria (D) - Quality of Associated Services (Enter maximum word count here, if required) Insert details of how you want the Tenderer to address this qualitative criterion, or delete this table if the criterion is not in use. Sub Criteria may be added here any sub criteria added must relate to the individual award criterion and weightings for sub-criteria must be included. 9

Award Criteria (E) - Delivery Timescales (Enter maximum word count here, if required) Insert details of how you want the Tenderer to address this qualitative criterion, or delete this table if the criterion is not in use. Sub Criteria may be added here any sub criteria added must relate to the individual award criterion and weightings for sub-criteria must be included. 10

Award Criteria (F) Cost Tenderers must complete all fields of the Costs Details tables in the Tender Response Section. Costs quoted in this SRFT cannot be increased during the Term of the contract and cannot exceed the prices quoted by Tenderers in their response to the RFT to Establish the Framework Agreement. Tenderers may reduce the costs quoted in their response to the RFT at this stage. The costs shown must be in euro, inclusive of all expenses and all administrative costs, exclusive of all taxes and exclusive of VAT. The appropriate VAT rate(s) must be shown separately. For the purposes of this SRFT, Tenderers are now required to provide the following: Device Costs Category Cost per Unit ( ) Vat Rate (%) Desktop Computer (including upgrades/downgrades and delivery) Notebook Computer (including upgrades/downgrades and delivery) Associated Services Costs Category Cost per Unit ( ) Vat Rate (%) Unpacking & Packaging Removal Installation Advanced Installation Image Deployment Secure Disposal Additional Associated Products Costs Category Cost per Unit ( ) Vat Rate (%) Insert As Required 11

Appendix 2: Qualitative Marking Breakdown PROMPT (please delete after completion). For a process to be awarded on the basis of Most Economically Advantageous Tender please complete the table below. Delete this appendix if Lowest Cost applies. The table below is to be completed by the Framework Client. To assign the relevant marks to each rating, please divide the total marks available per criteria by fifteen and multiply by the relevant factor. For example if there are 500 marks available for criterion (B), the score allocated for Band 2, M will be (500/15) x 5 = 167 (all scores rounded to nearest decimal). Band 0 1 2 3 4 5 Criteria A B C D E Rating 0 L M H L M H L M H L M H L M H Factor 0 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 The above table indicates the number of marks awarded for Low, Middle and High ratings within bands 1-5. These scores are used in assessing non-cost criteria as described in the main body of the SRFT. 12

Tender Response Section The Framework Member must complete this Response Section and upload it onto the postbox facility on www.etenders.gov.ie before the date and time specified at Section 6 of the SRFT. The Framework Member hereby acknowledges, agrees and confirms that the Framework Agreement for the Provision of Desktop & Notebook Computers and Associated Services is hereby adopted and governs the provision of the Goods. Framework Member s Company Name: Framework Member s Key Account Manager (KAM) for this Mini-Competition KAMs Telephone Number KAMs Email Address Date Click here and insert details Click here and insert details Click here and insert details Click here and insert details Click here and insert details Introduction and Executive Summary Based on the specification provided by the Framework Client, please insert below, an introduction to your company and an Executive Summary of your proposal. (400 word Max. word count applies) Click here and insert response 13

Award Criteria: Delet this text highlighted in yellow. Prompt: Ensure Award Criteria sections below match. Delete any unwanted and insert any sub criterion added A: Quality of Proposed Device(s) Click here and insert response B: Energy Efficiency and Environmental Matters Click here and insert response C: Quality of Technical Support Click here and insert response D: Quality of Associated Services Click here and insert response E: Delivery Timescales Click here and insert response 14

F: Cost Device Costs Category Cost per Unit ( ) Vat Rate (%) Desktop Computer (including upgrades/downgrades and delivery) Notebook Computer (including upgrades/downgrades and delivery) Insert here Insert here Insert here Insert here Associated Services Costs Category Cost per Unit ( ) Vat Rate (%) Unpacking & Packaging Removal Insert here Insert here Installation Insert here Insert here Advanced Installation Insert here Insert here Image Deployment Insert here Insert here Secure Disposal Insert here Insert here Additional Associated Products Costs Category Cost per Unit ( ) Vat Rate (%) Insert As Required Insert here Insert here In consideration of the payment of the Charges, the Framework Member hereby agrees to provide the Goods described in Appendix 1 of the SRFT in accordance with the terms and conditions of the Framework Agreement and the Goods Contract. Signed by the Framework Member In the presence of(witness) Effective Date Signed by or on behalf of the Contracting Authority 15