Contract notice

Information

Published

Date of dispatch of this notice: 07/02/2020

Expire date: 09/03/2020

External Reference: 2020-265348

TED Reference: 2020/S 029-066578

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: Siobhan Ryan
Telephone: +353 61234664
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=162078&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

TCD - LEE763C - Supply, Delivery & Installation of a Chemical Safety Management System (CSMS)
Reference number:  LEE763C
II.1.2)

Main CPV code

48810000  -  Information systems
II.1.3)

Type of contract

Supplies
II.1.4)

Short description

An enterprise software solution is required to manage the chemical inventory and safety documentation associated with laboratories, including teaching and research areas. The Chemical Safety Management System (CSMS) will be accessed through staff credentials via Single Sign On (SSO) via an interface with our Identity Management System. Integration with the university space atlas is also required to ensure data integrity exists and a single source of space data is maintained. A detailed specification is provided in Appendix 1.
II.1.5)

Estimated total value

Value excluding VAT: 2000000.00  EUR
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

33159000  -  Clinical chemistry system
38000000  -  Laboratory, optical and precision equipments (excl. glasses)
48000000  -  Software package and information systems
48311100  -  Document management system
48430000  -  Inventory management software package
48461000  -  Analytical or scientific software package
48517000  -  IT software package
48612000  -  Database-management system
48780000  -  System, storage and content management software package
48800000  -  Information systems and servers
48814000  -  Medical information systems
48814400  -  Clinical information system
II.2.4)

Description of the procurement

An enterprise software solution is required to manage the chemical inventory and safety documentation associated with laboratories, including teaching and research areas. The Chemical Safety Management System (CSMS) will be accessed through staff credentials via Single Sign On (SSO) via an interface with our Identity Management System. Integration with the university space atlas is also required to ensure data integrity exists and a single source of space data is maintained. A detailed specification is provided in Appendix 1.
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: 2000000.00  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:  
The Contracting Authority reserves the right to extend the Term for a period or periods of up to One (1) Years with a maximum of Two (2) such extensions on the same terms and conditions, subject to the Contracting Authority’s obligations at law. The Term will not exceed (7) years in aggregate. Four (4) additional draw downs for CSMS solutions over eighteen (18) months from the award of contract.
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: yes
Description of options:
The option for other unspecified public sector bodies to drawdown from this tender also remains available on up to four (4) additional CSMS solutions over eighteen (18) months from the award of contract.
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.1.8)

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:  09/03/2020
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:  09/03/2020
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
7
IE

VI.4.4)

Service from which information about the review procedure may be obtained

Office of the High Court
Dublin
IE