Contract notice

Information

Published

Date of dispatch of this notice: 09/07/2018

Expire date: 21/08/2018

External Reference: 2018-438938

TED Reference: 2018/S 132-300678

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Fingal County Council
N/A
PO Box 174
Main Street, Swords
Fingal County Hall
IE
Contact person: Liam Tracey
Telephone: +353 18905123
NUTS code:  IE061 -  Dublin
Internet address(es):
Main address: http://www.fingal.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=132005&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

Multi Supplier Framework Agreement for the provision of Microsoft Services for Digital Workplace Transformation
Reference number:  FCC/244/18
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

Provision of strategic planning, architecture, design, development, integration, customisation, business process and project management services for implementation of a Digital Workplace Transformation Programme. Associated skills and services in change management, engagement, governance and training to be provided to ensure sustainability of workplace digital transformation.
II.1.5)

Estimated total value

Value excluding VAT: 1.00  EUR
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

48000000  -  Software package and information systems
48200000  -  Networking, Internet and intranet software package
48220000  -  Internet and intranet software package
48221000  -  Internet browsing software package
48222000  -  Web server software package
48223000  -  Electronic mail software package
48224000  -  Web page editing software package
48310000  -  Document creation software package
48311000  -  Document management software package
48311100  -  Document management system
48312000  -  Electronic publishing software package
48313000  -  Optical-character-recognition (OCR) software package
48313100  -  Optical reading system
48314000  -  Voice recognition software package
48315000  -  Desktop-publishing software package
48316000  -  Presentation software package
48317000  -  Word-processing software package
48318000  -  Scanner software package
48330000  -  Scheduling and productivity software package
48332000  -  Scheduling software package
48430000  -  Inventory management software package
48511000  -  Desktop communications software package
48514000  -  Remote access software package
48516000  -  Exchange software package
48517000  -  IT software package
48600000  -  Database and operating software package
48620000  -  Operating systems
48624000  -  Personal computer (PC) operating system software package
48730000  -  Security software package
48731000  -  File security software package
48732000  -  Data security software package
48750000  -  Storage media loading software package
48780000  -  System, storage and content management software package
48781000  -  System management software package
48782000  -  Storage management software package
48783000  -  Content management software package
48800000  -  Information systems and servers
48810000  -  Information systems
48811000  -  E-mail system
48820000  -  Servers
48920000  -  Office automation software package
48921000  -  Automation system
72200000  -  Software programming and consultancy services
72220000  -  Systems and technical consultancy services
72221000  -  Business analysis consultancy services
72222000  -  Information systems or technology strategic review and planning services
72222100  -  Information systems or technology strategic review services
72222200  -  Information systems or technology planning services
72222300  -  Information technology services
72223000  -  Information technology requirements review services
72224000  -  Project management consultancy services
72224100  -  System implementation planning services
72224200  -  System quality assurance planning services
72225000  -  System quality assurance assessment and review services
72226000  -  System software acceptance testing consultancy services
72227000  -  Software integration consultancy services
72228000  -  Hardware integration consultancy services
72232000  -  Development of transaction processing and custom software
72242000  -  Design-modelling services
72246000  -  Systems consultancy services
72261000  -  Software support services
72262000  -  Software development services
72263000  -  Software implementation services
72265000  -  Software configuration services
72266000  -  Software consultancy services
72268000  -  Software supply services
72330000  -  Content or data standardization and classification services
72421000  -  Internet or intranet client application development services
72422000  -  Internet or intranet server application development services
72610000  -  Computer support services
72611000  -  Technical computer support services
II.2.3)

Place of performance

NUTS code:  IE061 -  Dublin
NUTS code:  IE06 -  Eastern and Midland
NUTS code:  IE0 -  IRELAND
NUTS code:  IE -  IRELAND
Main site or place of performance:  
Swords, Co. Dublin
II.2.4)

Description of the procurement

Provision of strategic planning, architecture, design, development, integration, customisation, business process and project management services for implementation of a Digital Workplace Transformation Programme. Associated skills and services in change management, engagement, governance and training to be provided to ensure sustainability of workplace digital transformation.
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: 1.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48
This contract is subject to renewal: yes
Description of renewals:  
The Term will not exceed five (5) years in aggregate. Service Contracts awarded within the lifetime of the Framework Agreement may themselves exceed the expiry of the Framework Agreement.
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

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Open procedure
IV.1.3)

Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement:  5
IV.1.8)

Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement : no
IV.2)

Administrative information

IV.2.1)

Previous publication concerning this procedure

Notice number in the OJ S: 2018/S 038-082956
IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  14/08/2018
Local time:  17:00
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 : 12  (from the date stated for receipt of tender)
IV.2.7)

Conditions for opening of tenders

Date:  14/08/2018
Local time:  17:00

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.4)

Procedures for review

VI.4.1)

Review body

High Court
Dublin
IE