Contract notice

Information

Published

Date of dispatch of this notice: 24/05/2018

Expire date: 29/06/2018

External Reference: 2018-049678

TED Reference: 2018/S 098-223225

Contract notice

Cached Version

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: Sandra Gentles
Telephone: +353 012222222
NUTS code:  IE061 -  Dublin
Internet address(es):
Main address: www.dublincity.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=128861&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

Replacement Multi-Channel Contact Centre
Reference number:  133704
II.1.2)

Main CPV code

32545000  -  PABX systems
II.1.3)

Type of contract

Supplies
II.1.4)

Short description

Dublin CIty Council (DCC) is seeking proposals in respect of the replacement of its existing Contact Centre with a High Availability, distributed and scalable solution. Any proposed solution must have regard to DCC’s two server rooms, which are located within the Civic Offices and at its DR/Business Continuity Datacentre at DXC Citywest.
DCC is seeking proposals, which will provide a phased, structured and seamless replacement path for its Contact Centre. Tenderers must submit clearly and fully costed proposal(s) describing their solution(s), rationale, implementation plans, technical components and features together with the Professional Services required to implement the proposed solution. Similarly, tenderers must describe how their proposals will interface with the current infrastructure.
Contract duration is for 4 years with an option to extend for 1 further year.
II.1.5)

Estimated total value

Value excluding VAT: 750000.00  EUR
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

32522000  -  Telecommunications equipment
32544000  -  PABX equipment
32551200  -  Telephone exchanges
32551400  -  Telephone network
32583000  -  Data and voice media
32584000  -  Data-bearing media
72611000  -  Technical computer support services
II.2.3)

Place of performance

NUTS code:  IE061 -  Dublin
II.2.4)

Description of the procurement

Dublin CIty Council (DCC) is seeking proposals in respect of the replacement of its existing Contact Centre with a High Availability, distributed and scalable solution. Any proposed solution must have regard to DCC’s two server rooms, which are located within the Civic Offices and at its DR/Business Continuity Datacentre at DXC Citywest.
DCC is seeking proposals, which will provide a phased, structured and seamless replacement path for its Contact Centre. Tenderers must submit clearly and fully costed proposal(s) describing their solution(s), rationale, implementation plans, technical components and features together with the Professional Services required to implement the proposed solution. Similarly, tenderers must describe how their proposals will interface with the current infrastructure.
Contract duration is for 4 years with an option to extend for 1 further year.
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: 750000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 60
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.1.1)

Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:  Please see tender documents for futher information available at www.etenders.gov.ie
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

Please see tender documents for futher information available at www.etenders.gov.ie

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:  22/06/2018
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 : 12  (from the date stated for receipt of tender)
IV.2.7)

Conditions for opening of tenders

Date:  22/06/2018
Local time:  12:00
Information about authorised persons and opening procedure:  
The time and date specified above is subject to change at the descretion 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 Act.
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. The contract is primarily for use by the IS Department, but may also be extended for use by other divisions of Dublin City Council as requirements arise.
7. Emailed/faxed/late tenders will not be accepted.
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 submitted through the Irish Government Procurement Opportunities Portal www.etenders.gov.ie. Queries must be in question format. Responses will be circulated to those tenderers that have registered an interest in this notice on www.etenders.gov.ie. The details of the person making a query will not be disclosed when circulating the response.. All queries must be submitted by 12 noon on 22nd 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

VI.4.2)

Body responsible for mediation procedures

Please contact your solicitor
x
IE

VI.4.4)

Service from which information about the review procedure may be obtained

Please contact your solicitor
x
IE