Contract notice

Information

Published

Date of dispatch of this notice: 18/07/2019

Expire date: 27/09/2019

External Reference: 2019-247568

TED Reference: 2019/S 140-345011

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Mental Health Commission
N/A
Waterloo Exchange
Dublin 4
Waterloo Road
IE
Contact person: John McPhillips
Telephone: +353 163624147
Internet address(es):
Main address: http://mhcirl.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=150870&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

Ministry or any other national or federal authority, including their regional or local subdivisions
I.5)

Main activity

General public services

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Arrangement Register, Case Management System and associated technology required to operationalise the Decision Support Service (DSS)
Reference number:  MHC/DSS/19/009
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 Mental Health Commission (MHC) proposes to award a contract for the design, development, testing and support of ICT systems required to support the operationalisation of the Decision Support Service (DSS). This includes:
• Software to support system requirements
• Implementation of all ICT systems and services to support the activities of the DSS
• Implementation of a secure integration platform
The DSS would like to identify and implement an Arrangements Register, Online Portal and Case Management System and which is robust, scalable, futureproofed and easy-to-use. The proposed system will be used to control, supervise, monitor and report on decision-making arrangements and to investigate and adjudicate on complaints.
II.1.5)

Estimated total value

Value excluding VAT: 4000000.00  EUR
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

30211400  -  Computer configurations
48000000  -  Software package and information systems
48218000  -  License management software package
48311100  -  Document management system
48445000  -  Customer Relation Management software package
48610000  -  Database systems
48900000  -  Miscellaneous software package and computer systems
72200000  -  Software programming and consultancy services
72211000  -  Programming services of systems and user software
72212517  -  IT software development services
72220000  -  Systems and technical consultancy services
72246000  -  Systems consultancy services
72253200  -  Systems support services
72416000  -  Application service providers
II.2.4)

Description of the procurement

The Decision Support Service (DSS) is a new statutory office within the Mental Health Commission (MHC), created by the Assisted Decision-Making (Capacity) Act 2015 (‘the 2015 Act’, ‘the Act’). The DSS needs to be in a position to regulate, support and monitor the services delivered under the 2015 Act in order to ensure that the needs and rights of the relevant person are respected and upheld.
The Mental Health Commission (MHC) proposes to award a contract for the design, development, testing and support of ICT systems required to support the operationalisation of the Decision Support Service (DSS). This includes:
• Software to support system requirements
• Implementation of all ICT systems and services to support the activities of the DSS
• Implementation of a secure integration platform
The DSS would like to identify and implement an Arrangements Register, Online Portal and Case Management System and which is robust, scalable, futureproofed and easy-to-use. The proposed system will be used to control, supervise, monitor and report on decision-making arrangements and to investigate and adjudicate on complaints.
The DSS has a strong commitment to providing accessible, self-service, user-friendly capabilities to all users of its service. Critical to the design of the ICT system is the adoption of a Digital First Approach and the use of modern implementation techniques. Given the personal nature of data held, the highest standards of data security, assurance and support will be required.
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: 4000000.00  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

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 a single operator
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.2.2)

Time limit for receipt of tenders or requests to participate

Date:  25/09/2019
Local time:  14:00
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

Tender must be valid until:  25/03/2020
IV.2.7)

Conditions for opening of tenders

Date:  25/09/2019
Local time:  14:00

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

Chief Executive MHC
Waterloo House Waterloo Road
Dublin 4
IE
Internet address: www.mhcirl.ie

VI.4.3)

Review procedure

Precise information on deadline(s) for review procedures: 
As per RFT