Contract notice

Information

Published

Date of dispatch of this notice: 26/04/2018

Expire date: 25/06/2018

External Reference: 2018-718093

TED Reference: 2018/S 083-187335

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Dublin City Council
N/A
Civic Offices, Wood Quay
Dublin 8
Dublin
IE
Contact person: Jamie Cudden
Telephone: +353 12223081
NUTS code:  IE061 -  Dublin
Internet address(es):
Main address: www.smartdublin.ie

I.2)

Joint procurement

The contract is awarded by a central purchasing body
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=128245&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 authority
I.5)

Main activity

General public services

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Small Business Innovation Research (SBIR) Smart Workplace Mobility Hub
Reference number:  RFT133125
II.1.2)

Main CPV code

73300000  -  Design and execution of research and development
II.1.3)

Type of contract

Services
II.1.4)

Short description

Dublin city council and SEAI (sustainable energy authority of Ireland) are looking to test shared mobility options for staff through integration of e-cars, e-bikes and push bikes through the piloting of a smart mobility hub service solution. Any solution should also have the ability to be replicated at other DCC sites, public sector premises and also at private sector locations
II.1.5)

Estimated total value

Value excluding VAT: 162601.63  EUR
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

09310000  -  Electricity
30237475  -  Electric sensors
31110000  -  Electric motors
32572100  -  Communications cable with multiple electrical conductors
32581110  -  Data-transmission cable with multiple electrical conductors
34144900  -  Electric vehicles
34144910  -  Electric buses
35100000  -  Emergency and security equipment
35120000  -  Surveillance and security systems and devices
35121000  -  Security equipment
35121800  -  Convex security mirrors
35125300  -  Security cameras
44212329  -  Security screens
44521120  -  Electronic security lock
44521130  -  Enhanced security lock
48730000  -  Security software package
63710000  -  Support services for land transport
63712000  -  Support services for road transport
72212732  -  Data security software development services
73000000  -  Research and development services and related consultancy services
73100000  -  Research and experimental development services
73110000  -  Research services
73111000  -  Research laboratory services
73200000  -  Research and development consultancy services
73400000  -  Research and Development services on security and defence materials
73421000  -  Development of security equipment
73431000  -  Test and evaluation of security equipment
75241000  -  Public security services
79310000  -  Market research services
79311400  -  Economic research services
79315000  -  Social research services
II.2.3)

Place of performance

NUTS code:  IE061 -  Dublin
NUTS code:  IE0 -  IRELAND
NUTS code:  IE -  IRELAND
Main site or place of performance:  
Dublin City Council
II.2.4)

Description of the procurement

Dublin city council and SEAI (sustainable energy authority of Ireland) are looking to test shared mobility options for staff through integration of e-cars, e-bikes and push bikes through the piloting of a smart mobility hub service solution. Any solution should also have the ability to be replicated at other DCC sites, public sector premises and also at private sector locations.
Key Criteria could include:
 Streamlining of existing shared e-cars and vans that are cumbersome to book and underutilised,
 Need to deliver an integrated Smartphone based solution integrating the booking and unlocking/locking of shared e-cars, e-bikes and push bikes,
 Develop concepts for a staff training programme and sharing policy statement (focusing on safety of staff and security of vehicles),
 Engagement with relevant insurance companies to enable the delivery of this shared mobility service in DCC,
 Encourage deployment of smart technologies and innovation in new business model approaches for example the city council may not own the vehicles but utilise them as a service offering
 Encouraging gamification and reward based model approach to increase staff adoption,
 To partner with other public and private organisations to replicate the model in a public and private sector setting.
 Innovate in the use of smarter licensing and regulations especially within the area of insurance and to scale this out as a service across the city,
 Enabling staff to also utilise car-pooling services provided by other staff members,
 Partner with other public and private sector organisations to share experience and support a scaled solution and possibility to build a network of partner smart staff mobility hubs within the city centre.
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: 162601.63  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 18
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
II.2.14)

Additional information

Please consult the associated tender documentation which contains full instructions regarding the submission of tenders in respect of this completion.

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

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.2.1)

Previous publication concerning this procedure

Notice number in the OJ S: 2017/S 082-158589
IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  18/06/2018
Local time:  12:00
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English, Irish
IV.2.6)

Minimum time frame during which the tenderer must maintain the tender

Duration in months : 18  (from the date stated for receipt of tender)
IV.2.7)

Conditions for opening of tenders

Date:  18/06/2018
Local time:  12:00
Place:  
Dublin City Council
Information about authorised persons and opening procedure:  
Please note the date and time provided above and is subject to change at the discretion of Dublin City Council.

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.3)

Additional information

Additional Information: Dublin City Council
1. Dublin City Council is subject to the provisions of the Freedom of Information Act (FOI) 2014. If you consider that any of the information supplied by you is either commercially sensitive or confidential in nature, this should be highlighted and the reasons for the sensitivity specified. In such cases, the relevant material, will in response to the FOI request; be examined in the light of the exemptions provided for in the Acts.
2. It will be a condition for the award of any contract by Dublin City Council that the successful
Tenderer and all sub-contractors (if applicable) produce a valid Tax Clearance Certificate from
the Revenue Commissioners in compliance with Circular (43) 2006 (or as amended) and that the certificate will be maintained for the duration of the contract and will be on a 12 month basis. In the case of a non-resident Tenderer, a statement of suitability from the Revenue Commissioners will be required.
3. Suppliers must register their interest on the eTenders web site (www.etenders.gov.ie) in order
to be included on the mailing list for clarifications.
4. Please note in relation to all documents, that where reference is made to a particular standard,
make, source, process, trademark, type or patent, that this is not to be regarded as a de facto
requirement. In all such cases it should be understood that such indications are to be treated
strictly and solely for reference purposes only, to which the words "or equivalent" will always be
appended.
5. Please note also that all information relating to attachments, including clarifications and
changes, will be published on the Irish Government Procurement Opportunities Portal
(www.etenders.gov.ie) ONLY. Registration is free of charge. Dublin City Council will not accept
responsibility for information relayed (or not relayed) via third parties.
6. Emailed/faxed/posted or late tenders will not be accepted. All tenders should be submitted
using the application form provided and uploaded to the post-box on the www.etenders.gov.ie
site.
7. Tender’s received in the form of promotional materials only will not be considered for further
evaluation.
8. Tenders may be submitted in English or in the Irish language.
9. Please note that OJEU contracts are covered by the Government Procurement Agreement
(GPA).
10. Appeals procedure: The body to whom appeals should be addressed is – The High Court, Four
Courts, Inns Quay, Dublin 7.
11. All queries regarding this tender must be directed through the messages feature on the
www.etenders.gov.ie site. Responses will be circulated to those candidates/tenderers that have
registered an interest in this notice on the Irish Government procurement opportunities portal
www.etenders.gov.ie. The details of the party making the query will not be disclosed when
circulating the response. All queries must be submitted by 12.00pm on 11th of June 2018 to
enable issue of responses to all interested parties.
12. Please note that where documents are made available in both PDF and Word format, in the
event that there is any discrepancy between the documents, the PDF version will take
precedence.
VI.4)

Procedures for review

VI.4.1)

Review body

The High Court
Chief Registrar, High Court, Inns Quay
Dublin
Dublin 7
IE
Telephone: +353 18886000