Contract notice

Information

Published

Date of dispatch of this notice: 19/06/2020

Expire date: 23/07/2020

External Reference: 2020-243530

TED Reference: 2020/S 120-292465

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Department of Justice and Equality
N/A
51 St. Stephen's Green
Ireland
Dublin 2
IE
Contact person: Leigh McGrath
Telephone: +353 16028532
Internet address(es):
Main address: http://www.justice.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=145448&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

Public order and safety

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Online Appointment & Scheduling Solution
Reference number:  DOJ-20-ISD149351
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 delivery to Immigration Service Delivery, ISD, (formally Irish Naturalisation and Immigration Service, INIS), a solution that incorporates a secure online appointment system for the Registration Unit, Burgh Quay and the International Protection Office, a queue management system for the Registration Unit and a secure scheduling system for the International Protection Office. Maintenance and support of the solution will also be required
II.1.5)

Estimated total value

Value excluding VAT: 275000.00  EUR
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

32321200  -  Audio-visual equipment
48000000  -  Software package and information systems
64216000  -  Electronic message and information services
72200000  -  Software programming and consultancy services
72210000  -  Programming services of packaged software products
II.2.4)

Description of the procurement

To deliver to the Irish Naturalisation and Immigration Service (INIS) a solution that incorporates a secure online appointment system for the Registration Unit and the International Protection Office and a secure scheduling system for the International Protection Office.
The required solution must include all of the following components:
• On premise appointment and scheduling system to meet all requirements as specified in Appendix 1: Requirements and Specifications.
• Training delivery and training material to support a successful implementation.
• Annual software support and maintenance.
• Development services to deliver key enhancements as identified by the DOJE, after the initial contract period.
• Compliance with required legislation.
• Innovation
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: 275000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 36
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 year with a maximum of two such extensions on the same terms and conditions, subject to the Contracting Authority’s obligations at law
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.1.8)

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:  23/07/2020
Local time:  12:00
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:  23/07/2021
IV.2.7)

Conditions for opening of tenders

Date:  23/07/2020
Local time:  16:00
Information about authorised persons and opening procedure:  
Tender box will be opened electronically by authorised members of the procurement team.

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  yes
Estimated timing for further notices to be published:  
48 Months
VI.2)

Information about electronic workflows

Electronic invoicing will be accepted
Electronic payment will be used
VI.4)

Procedures for review

VI.4.1)

Review body

High Court
Inns Quay
Dublin
7
IE

VI.4.3)

Review procedure

Precise information on deadline(s) for review procedures: 
Instrument SI 130 of 2010, until after the expiry of the standstill period which commences on the day following the date of notification of concerned candidates and tenderers. The duration of the Contracting Authority will not conclude this framework agreement (and the reviewable public contract) to which a standstill period applies in accordance with Irish Statutory standstill period will be 14 calendar days where notifications are sent electronically or by fax and 16 calendar days where these are sent by any other means. The Statutory Instrument mentioned above provides that review procedures are available in the High Court to a person who has or has had an interest in obtaining the framework agreement (including the reviewable public contract and alleges that he or she has been harmed or is at risk of being harmed by an infringement of the law in relation to that framework agreement and reviewable public contract.