Contract award notice

Information

Published

Date of dispatch of this notice: 30/01/2020

External Reference: 2020-234356

TED Reference: 2020/S 024-053389

Contract award notice

Contract award notice

Results of the procurement procedure

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

National University of Ireland, Galway (NUI Galway)
N/A
University Road
Galway
Galway
IE
Contact person: Ann Melia
Telephone: +353 91493970
Internet address(es):
I.2)

Joint procurement

The contract is awarded by a central purchasing body
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

Supply of Assistive Technologies
Reference number:  NUIG/CON1059
II.1.2)

Main CPV code

48000000  -  Software package and information systems
II.1.3)

Type of contract

Supplies
II.1.4)

Short description

Invitation to tender for the supply of assistive technologies in two lots. Lot 1 is for the supply of Literacy Software and lot 2 is for the supply of assitive technology devices. Literacy software is required to increase the access, participation, and progress of student’s with disabilities at NUI Galway. The purpose of Assistive Technology is to provide specific hardware and/or software to students registered with Disability Support Service to enable them to fulfil their academic potential.
II.1.6)

Information about lots

This contract is divided into lots: yes
II.1.7)

Total value of the procurement

Value excluding VAT:  185000.00  EUR
II.2)

Description

II.2.1)

Title

Supply of Literacy Software
Lot No:  1
II.2.2)

Additional CPV code(s)

30200000  -  Computer equipment and supplies
II.2.3)

Place of performance

Main site or place of performance:  
NUIG Gaway, Ireland
II.2.4)

Description of the procurement

Supply of literacy software and assistive technologies to NUI Galway. Literacy software is required to increase the access, participation, and progress of student’s with disabilities.
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Quality  /  Weighting:  25
Quality criterion  -  Name:  Contract Management  /  Weighting:  15
Quality criterion  -  Name:  Training  /  Weighting:  10
Quality criterion  -  Name:  Service Proposal  /  Weighting:  10
Quality criterion  -  Name:  Warranty  /  Weighting:  5
Quality criterion  -  Name:  Innovation  /  Weighting:  5
Price  -  Weighting:  30
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

Software with speech synthesis that converts text into spoken voice output to support students with reading, writing and researching.
Must be capable of reading web pages and documents such as MS Word and locked
II.2)

Description

II.2.1)

Title

Supply of Assistive Technologies
Lot No:  2
II.2.2)

Additional CPV code(s)

30200000  -  Computer equipment and supplies
II.2.3)

Place of performance

Main site or place of performance:  
NUI Galway
II.2.4)

Description of the procurement

A wide range of Assistive Technology equipment and software programs is required to enable students with disabilities to actively participate in their education, engage fully in their learning and enhance their educational experience. Students are supported to choose the Assistive Technology solution that effectively meets their individual needs.
Examples of specialised equipment include, but are not limited to:
Recording devices
Ergonomic devices
Hardware and scanning devices for students with visual impairment
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Quality  /  Weighting:  25
Quality criterion  -  Name:  Contract Management  /  Weighting:  15
Quality criterion  -  Name:  Training  /  Weighting:  10
Quality criterion  -  Name:  Warranty  /  Weighting:  5
Quality criterion  -  Name:  Innovation  /  Weighting:  5
Quality criterion  -  Name:  Service Proposal  /  Weighting:  10
Cost criterion  -  Name:  Ultimate Cost  /  Weighting:  30
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 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
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: 2019/S 146-359064

Section V: Award of contract

Contract No: 1

Lot No: 1

Title: Supply of Literacy Software

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

26/11/2019
V.2.2)

Information about tenders

Number of tenders received:  4
Number of tenders received by electronic means:  4
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

Sight and Sound Technology Limited
IE3567139CH
Grace Park Road
Dublin
D09 WK0H
IE

The contractor is an SME : yes
V.2.4)

Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot:  64000.00  EUR

Section V: Award of contract

Contract No: 2

Lot No: 2

Title: Assistive Technologies

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

26/11/2019
V.2.2)

Information about tenders

Number of tenders received:  4
Number of tenders received by electronic means:  4
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

Barry Bennett Ltd
147 1468 61
Bennett House
bolton
Viking Street
UK
Internet address: http://barrybennett.co.uk

The contractor is an SME : yes
V.2.4)

Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot:  64000.00  EUR

Section V: Award of contract

Contract No: 3

Lot No: 2

Title: Assistive Technologies

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

26/11/2019
V.2.2)

Information about tenders

Number of tenders received:  4
Number of tenders received by electronic means:  4
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

iansyst Ltd
330759361
Fen House, Fen Road
Cambridge
Cambridgeshire
UK
Telephone: +44 1223420101
Internet address: http://www.iansyst.co.uk

The contractor is an SME : yes
V.2.4)

Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot:  120000.00  EUR

Section V: Award of contract

Contract No: 4

Lot No: 2

Title: Assistive Technologies

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

26/11/2019
V.2.2)

Information about tenders

Number of tenders received:  4
Number of tenders received by electronic means:  4
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

Sight and Sound Technology Limited
IE3567139CH
Grace Park Road
Dublin
D09 WK0H
IE

The contractor is an SME : yes
V.2.4)

Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot:  120000.00  EUR

Section VI: Complementary information

VI.3)

Additional information

The Contracting Authority is using the Tender Postbox facility and tenders must be submitted electronically via the etenders postbox facility on www.etenders.gov.ie only. Tenderers must ensure that they give sufficient time to upload their tender response. All Tenders submitted in soft copy must be compiled such that they can be read immediately using PDF readers.
The Contracting Authority is not responsible for corruption in electronic documents. Tenderers must ensure electronic documents are not corrupt.
In responding to this tender all tenders must follow the format of the tender document and respond to each element of the tender document in the order as set out in this RFT. Tenders should produce their response as a SINGLE UPLOADED DOCUMENT, if possible, which is clearly labelled, page numbered and indexed.
Tenderers must ensure that they give themselves sufficient time to upload and submit all required tender documentation before the tender closing date/time. Tenderers should take into account the fact that upload speeds vary. There is a maximum of 2.14 GB for individual files sent to the electronic post box and a one-hour limit for upload. In order to submit a document to the electronic post box, please note that you must click “Submit Response”. After submitting you can still modify and re-send your response up until response deadline. Tenderers should be aware that the ‘Submit Response’ button will be disabled automatically upon the expiration of the response deadline.
Tenderers not familiar with uploading on eTenders should ensure they familiarise themselves with the process.
It is the responsibility of the tenderer to ensure that their tender is complete and is uploaded by the designated deadline. Tenders that are received late or via other means WILL NOT be considered in this public procurement competition
(b) Queries
All queries regarding this tender should be through the Questions and Answers facility on www.etenders.gov.ie
Responses to queries will be issued via eTenders to all parties who have expressed an interest in the contract on that site, in order to ensure that no party has an unfair advantage over any other.
For the purposes of circulating responses queries will be edited to avoid disclosing the identity of the querist, and any sensitive information included in the query should be clearly indicated. Please note that the Contracting Authority cannot accept responsibility for information relayed (or not relayed) via third parties.
(c) Sufficiency & Accuracy of Tender
Tenderers will be deemed to have examined all the documents enclosed and by their own independent observations and enquiries will be held to have fully informed themselves as to the nature and extent of the requirements of the tender.
Tenderers are cautioned to check the accuracy of their tender prior to submission. A tender found containing any clerical errors or omissions may, at the sole discretion of the Contracting Authority, be referred back to the tenderer for correction. Any subsequent adjustment(s) must be confirmed in writing.
The Contracting Authority reserves the right to disqualify incomplete tenders.
(d) Tender Documents - Ambiguity, Discrepancy, Error, Omission
If you consider that you are missing any documents which would prevent you from submitting a comprehensive tender please contact us as soon as possible.
Tenderers shall immediately notify the Contracting Authority should they become aware of any ambiguity, discrepancy, error or omission in the Tender Documents. The Contracting Authority will, upon receipt of such notification, issue a clarification via eTenders in respect of any such ambiguity, discrepancy, error or omission. Such clarification shall then form part of the Tender Documents.
VI.4)

Procedures for review

VI.4.1)

Review body

The High Court
Four Courts
Dublin
Dublin 7 IE
IE
Telephone: +353 18886000
Internet address: www.courts.ie

VI.4.3)

Review procedure

Precise information on deadline(s) for review procedures: 
Consult a Legal Advisor