Contract notice

Information

Published

Date of dispatch of this notice: 19/12/2017

Expire date: 19/01/2018

External Reference: 2017-669049

TED Reference: 2017/S 245-512263

Contract notice

Cached Version

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Office of Public Works (OPW)
N/A
Jonathan Swift Street
Trim
Co. Meath, C15 NX36
IE
Contact person: Michael Duffy
Telephone: +353 469426175
NUTS code:  IE062 -  Mid-East
Internet address(es):
Main address: http://www.opw.ie

I.3)

Communication

The 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=123047&B=ETENDERS_SIMPLE
Additional information can be obtained from
the abovementioned address:  
Tenders or requests to participate must be submitted
Tenders or requests to participate must be submitted
to the abovementioned address
I.4)

Type of the contracting authority

Regional or local agency/office
I.5)

Main activity

General public services

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Expert Advice and Support in the Implementation of IBM Tririga in the Office of Public Works
Reference number:  IWMSOPW2017
II.1.2)

Main CPV code

72000000  -  IT services: consulting, software development, Internet and support
II.1.3)

Type of contract

Services
II.1.4)

Short description

The OPW, Estate Management System Unit, requires quality assurance, expert advice and support in relation to the implementation of IBM's TRIRIGA Integrated Workplace Management System (IWMS) particularly in the following areas: Tririga System Architecture; Tririga Data Model; Tririga Maintenance Management functionality; Tririga Facilities Management functionality; Tririga Lease Management functionality; Tririga Real Estate Management functionality; Tririga Space Management functionality; Tririga Project Management functionality; Tririga Environmental Sustainability functionality; Data Migration; Systems Integration; Business Analysis; Change Management
II.1.5)

Estimated total value

Value excluding VAT: 700000.00  EUR
II.1.6)

Information about lots

This contract is divided into lots: no
II.2)

Description

II.2.2)

Additional CPV code(s)

72221000  -  Business analysis consultancy services
72224100  -  System implementation planning services
72224200  -  System quality assurance planning services
72225000  -  System quality assurance assessment and review services
72227000  -  Software integration consultancy services
72266000  -  Software consultancy services
II.2.3)

Place of performance

NUTS code:  IE062 -  Mid-East
Main site or place of performance:  
OPW, Head Office, Jonathan Swift Street, Trim, Co. Meath
II.2.4)

Description of the procurement

The OPW, Estate Management System Unit, requires quality assurance, expert advice and support in relation to the implementation of IBM's TRIRIGA Integrated Workplace Management System (IWMS) particularly in the following areas: Tririga System Architecture; Tririga Data Model; Tririga Maintenance Management functionality; Tririga Facilities Management functionality; Tririga Lease Management functionality; Tririga Real Estate Management functionality; Tririga Space Management functionality; Tririga Project Management functionality; Tririga Environmental Sustainability functionality; Data Migration; Systems Integration; Business Analysis; Change Management
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)

Estimated value

Value excluding VAT: 700000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24
This contract is subject to renewal: no
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: no
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no

Section III: Legal, economic, financial and technical information

III.1)

Conditions for participation

III.1.2)

Economic and financial standing

Selection criteria as stated in the procurement documents
III.1.3)

Technical and professional ability

Selection criteria as stated in the procurement documents
III.2)

Conditions related to the contract

III.2.2)

Contract performance conditions

As per contract - If for any reason the Client is dissatisfied with the performance of the Contractor, a sum may be withheld from any payment.
III.2.3)

Information about staff responsible for the performance of the contract

Obligation 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 procedure

Open procedure
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 participate

Date:  1/19/2018
Local time:  12:00
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 tender

Duration in months : 3  (from the date stated for receipt of tender)
IV.2.7)

Conditions for opening of tenders

Date:  1/19/2018
Local time:  12:00

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.2)

Information about electronic workflows

Electronic invoicing will be accepted
Electronic payment will be used
VI.4)

Procedures for review

VI.4.1)

Review body

The High Court
Four Courts
Inns Quay
Dublin7
IE