Contract notice

Information

Published

Date of dispatch of this notice: 06/12/2019

Expire date: 15/01/2020

External Reference: 2019-200052

TED Reference: 2019/S 238-584213

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Education Procurement Service (EPS)
IE 6609370 G
University of Limerick
Castletroy
Co.Limerick
IE
Contact person: Marissa Staunton
Telephone: +353 61234238
Internet address(es):
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=159419&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

Body governed by public law
I.5)

Main activity

Education

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Request for Tenders dated 06/12/2019 to establish a Single Supplier Framework Contract for the provision of a Web Content Management System & Associated Services for Trinity College Dublin
Reference number:  EEE041C
II.1.2)

Main CPV code

72413000  -  World wide web (www) site design services
II.1.3)

Type of contract

Services
II.1.4)

Short description

In summary, the Services comprise: The Provision of a Web Content Management System & Associated Services for Trinity College Dublin.
The successful tenderer must deliver, implement and provide ongoing 24/7 support for a fully managed enterprise class Web Content Management System (WCMS).
II.1.5)

Estimated total value

Value excluding VAT: 2750000.00  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
48190000  -  Educational software package
48222000  -  Web server software package
48224000  -  Web page editing software package
48312000  -  Electronic publishing software package
48422000  -  Software package suites
48480000  -  Sales, marketing and business intelligence software package
48481000  -  Sales or marketing software package
48510000  -  Communication software package
48783000  -  Content management software package
48825000  -  Web servers
72212190  -  Educational software development services
72212220  -  Internet and intranet software development services
72212222  -  Web server software development services
72212224  -  Web page editing software development services
72414000  -  Web search engine providers
72415000  -  World wide web (www) site operation host services
II.2.4)

Description of the procurement

In summary, the Services comprise: The Provision of a Web Content Management System & Associated Services for Trinity College Dublin.
The successful tenderer must deliver, implement and provide ongoing 24/7 support for a fully managed enterprise class Web Content Management System (WCMS).
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: 2750000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 60
This contract is subject to renewal: yes
Description of renewals:  
Option to renew for a period of 36 months twice
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: yes
Description of options:
Options acceptable
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

All information relating to this tender is published on www.etenders.gov.ie

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 RFT document for further details.
III.1.2)

Economic and financial standing

List and brief description of selection criteria:  
Please see RFT document for further details.
Minimum level(s) of standards possibly required:  
Please see RFT document for further details.
III.1.3)

Technical and professional ability

List and brief description of selection criteria:  
Please see RFT document for further details.
Minimum level(s) of standards possibly required:  
Please see RFT document for further details.
III.2)

Conditions related to the contract

III.2.2)

Contract performance conditions

Please see RFT document for further details.

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
In the case of framework agreements, provide justification for any duration exceeding 4 years:  Due to the high implementation costs of the Web Content Management System a Return on Investment would not be achieved on a contract of less than 5 years.
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:  15/01/2020
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

Duration in months : 60  (from the date stated for receipt of tender)
IV.2.7)

Conditions for opening of tenders

Date:  15/01/2020
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

Office of the High Court
Four Courts Ground Floor, Inns Quay
Dublin
7
IE
Telephone: +353 18886000

VI.4.2)

Body responsible for mediation procedures

Office of the High Court
Four Courts Ground Floor, Inns Quay
Dublin
IE

VI.4.4)

Service from which information about the review procedure may be obtained

Office of the High Court
Four Courts Ground Floor, Inns Quay
Dublin
IE