Contract notice

Information

Published

Date of dispatch of this notice: 25/09/2014

Expire date: 05/11/2014

External Reference: 2014-121772

TED Reference: 2014/S 187-329694

Contract notice

Contract notice

Classic Sector

Directive 2004/18/EC

Supplies

Section I: Contracting authority

I.1)

Name, addresses and contact point(s)

City of Dublin Education and Training Board
N/A
Town Hall, 1-3 Merrion Road
Ballsbridge  Dublin 4
IE
For the attention of: Mary McGrath
Telephone: +353 16680614
E-mail: tenders@cdetb.ie
Fax: +353 16680710
Internet address(es):
Address of the buyer profile: http://irl.eu-supply.com/ctm/Supplier/CompanyInformation/Index/370
Electronic access to information: http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=81288&B=ETENDERS_SIMPLE
Electronic submission of tenders and requests to participate: http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=81288&B=ETENDERS_SIMPLE
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for a dynamic purchasing system) can be obtained from:The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.2)

Type of the contracting authority

Body governed by public law
I.3)

Main activity

  • Education
I.4)

Contract award on behalf of other contracting authorities

The contracting authority is purchasing on behalf of other contracting authorities: yes
Kilkenny and Carlow Education and Training Board
Cavan and Monaghan Education and Training Board
Limerick and Clare Education and Training Board
Cork Education and Training Board
Donegal Education and Training Board
Dublin and Dun Laoghaire Education and Training Board
Galway and Roscommon Education and Training Board
Kerry Education and Training Board
Kildare and Wicklow Education and Training Board
Laois and Offaly Education and Training Board
Mayo, Sligo and Leitrim Education and Training Board
Longford and Westmeath Education and Training Board
Waterford and Wexford Education and Training Board
Louth and Meath Education and Training Board
Tipperary Education and Training Board

Section II: Object of the contract

II.1)

Description

II.1.1)

Title attributed to the contract by the contracting authority:

School Management Information System

II.1.2)

Type of contract and location of works, place of delivery or of performance

Supplies
    Purchase
    Main site or location of works, place of delivery or of performance:
    NUTS code
    IRELAND
    II.1.3)

    Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)

    The notice involves the establishment of a framework agreement
    II.1.4)

    Information on framework agreement

    Framework agreement with a single operator
    Duration of the framework agreement
    Duration in years: 4
    Justification for a framework agreement, the duration of which exceeds four years: 
    Estimated total value of purchases for the entire duration of the framework agreement
    Estimated cost excluding VAT
    Range: between  10000000  and 12000000  EUR
    Frequency and value of the contracts to be awarded:
    II.1.5)

    Short description of the contract or purchase(s)

    City of Dublin Education and Training Board (CDETB) on behalf of the 16 Education and Training Board‘s in Ireland wishes to establish a single party framework agreement for the supply, hosting, installation, migration, configuration,

    customisation, testing, commissioning, documentation, training and

    maintenance/support services of a new School Management Information System

    based on a common design.

    II.1.6)

    Common procurement vocabulary (CPV)

    Main vocabulary
    48000000   Software package and information systems
    Supplementary vocabulary
    48810000   Information systems
    II.1.7)

    Information about Government Procurement Agreement (GPA)

    The contract is covered by the Government Procurement Agreement (GPA):  yes
    II.1.8)

    Lots

    This contract is divided into lots:  no
    II.1.9)

    Information about variants

    Variants will be accepted:  no
    II.2)

    Quantity or scope of the contract

    II.2.1)

    Total quantity or scope:

    The successful framework member will be required to supply, host, install, migrate, configure, customise, test, commission, and maintain/support a new School Management Information System based on a common design for the 16 ETB‘s throughout Ireland. The maximum potential duration of this single party framework agreement is 4 years.

    Estimated cost excluding VAT
    Range: between  10000000  and 12000000  EUR
    II.2.2)

    Information about options

    Options: no
    II.2.3)

    Information about renewals

    This contract is subject to renewal: no

    Section III: Legal, economic, financial and technical information

    III.1)

    Conditions relating to the contract

    III.1.1)

    Deposits and guarantees required:

    N/a

    III.1.2)

    Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them

    In accordance with the Terms and Conditions of Contract included in the Invitation to Tender document available to download free of charge from www.etenders.gov.ie.

    III.1.3)

    Legal form to be taken by the group of economic operators to whom the contract is to be awarded:

    If the tenderer is a consortium or grouping of members, the tenderer must specify the commercial and legal relationship (if any) amongst its members and any agreements giving effect to same. The contracting authority reserves the right to request copies of any such agreements.

    The contracting authority reserves the right, at its absolute discretion, to require a lead firm to contract:

    — on the basis of joint and several liability with each member of the tenderer executing the contract,

    — with a particular single member of the tenderer as the prime contractor, with the other members providing collateral warranties and/or guarantees; or

    — as an incorporated or unincorporated special purpose vehicle, with collateral warranties and/or guarantees from the members of the tenderer.

    III.1.4)

    Other particular conditions

    The performance of the contract is subject to particular conditions: yes
    Description of particular conditions: 

    Terms and Conditions of the framework agreement as contained in Appendix 7 of the Invitation to Tender document.

    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 the requirements are met:

    Please refer to the Invitation to Tender document available to download free of charge from www.etenders.gov.ie.

    III.2.2)

    Economic and financial ability

    Information and formalities necessary for evaluating if the requirements are met:

    Please refer to the Invitation to Tender document available to download free of charge from www.etenders.gov.ie.

    Minimum level(s) of standards possibly required:
    III.2.3)

    Technical capacity

    Information and formalities necessary for evaluating if the requirements are met:

    Please refer to the Invitation to Tender document available to download free of charge from www.etenders.gov.ie.

    III.3)

    Conditions specific to services contracts

    III.3.1)

    Information about a particular profession

    Execution of the service is reserved to a particular profession: no
    III.3.2)

    Staff responsible for the execution of the service

    Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no

    Section IV: Procedure

    IV.1)

    Type of procedure

    IV.1.1)

    Type of procedure

    Open
    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)

    Information about electronic auction

    An electronic auction will be used: no
    IV.3)

    Administrative information

    IV.3.2)

    Previous publication(s) concerning the same contract

    no
    IV.3.3)

    Conditions for obtaining specifications and additional documents or descriptive document

    Time limit for receipt of requests for documents or for accessing documents: 05.11.2014 - 10:00
    Payable documents: no
    IV.3.4)

    Time limit for receipt of tenders or requests to participate

    05.11.2014 - 12:00
    IV.3.6)

    Language(s) in which tenders or requests to participate may be drawn up

    [Language_EN], [Language_GA]
    IV.3.7)

    Minimum time frame during which the tenderer must maintain the tender

    Duration in months: 004 (from the date stated for receipt of tender)
    IV.3.8)

    Conditions for opening tenders

    Persons authorised to be present at the opening of tenders: no

    Section VI: Complementary information

    VI.1)

    Information about recurrence

    This is a recurrent procurement: no
    VI.2)

    Information about European Union funds

    The contract is related to a project and/or programme financed by European Union funds: no
    VI.3)

    Additional information:

    1) To receive more information about this tender, including any amendments and/or clarifications and to request any clarifications and/or to respond to this tender, you must register your interest to this tender on the following site: https://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=74275&B=ETENDERS_SIMPLE

    2) The contracting authority will not be responsible for any costs, charges or expenses incurred by tenderers in response to this competition;

    3) The establishment of the framework agreement will be subject to the approval of the competent authorities;

    4) If for any reason it is not possible to conclude the framework agreement with one or more of the tenderers invited, or if having concluded the framework agreement the Contracting Authority decides to terminate the appointment of one or more of the framework members, the Contracting Authority reserves the right to admit the next highest scoring tenderer(s) to the framework agreement on the basis of the same terms and as tendered by that party(ies), at any time during the tender validity

    period. This shall be without prejudice to the right of the contracting entity to cancel this competitive process and/or initiate a new contract award procedure at its sole discretion.

    5) At its absolute discretion, the contracting authority may elect to terminate this procurement process or the framework agreement at any time.

    VI.4)

    Procedures for appeal

    VI.4.1)

    Body responsible for appeal procedures

    High Court
    Inns Quay,
    Dublin 7
    Telephone: +353 18886000
    Internet address: http://www.courts.ie
     

    Body responsible for mediation procedures

    Please seek Legal Advice
    Internet address:
    VI.4.2)

    Lodging of appeals

    Precise information on deadline(s) for lodging appeals:

    Please refer to the relevant Irish Statutory Instruments (SI 130 of 2010 and SI 420 of 2010) available at www.irishstatutebook.ie.

    VI.4.3)

    Service from which information about the lodging of appeals may be obtained