Contract notice

Information

Published

Date of dispatch of this notice: 09/07/2020

Expire date: 10/08/2020

External Reference: 2020-204221

TED Reference: 2020/S 133-327016

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Galway Mayo Institute of Technology
N/A
Dublin Road
Galway
00000
IE
Contact person: Hilary Molloy
Telephone: +353 91742735
Internet address(es):
Main address: www.gmit.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=170206&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

Other type:  Education
I.5)

Main activity

Education

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Establishment of a Single Party framework agreement for provision of a Timetable System & ongoing development & maintenance. There are three Lots
II.1.2)

Main CPV code

72212332  -  Scheduling software development services
II.1.3)

Type of contract

Services
II.1.4)

Short description

Establishment of a Single Party framework agreement for provision of a Timetable System & ongoing development & maintenance. There are three Lots:
• Lot 1 - Classroom Timetable Scheduling
• Lot 2 - Exam Scheduler
• Lot 3 – Publication & Communication functionality
II.1.5)

Estimated total value

Value excluding VAT: 900000.00  EUR
II.1.6)

Information about lots

This contract is divided into lots: yes
Tenders may be submitted for  all lots
II.2)

Description

II.2.1)

Title

Classroom Timetable Scheduling
Lot No:  1
II.2.2)

Additional CPV code(s)

22120000  -  Publications
30199790  -  Timetables
33192210  -  Examination tables
72212332  -  Scheduling software development services
II.2.4)

Description of the procurement

Lot 1 - Classroom Timetable Scheduling
A centralised class timetable system is required for all undergraduate and postgraduate programmes across all campuses. The system should have the ability to schedule resources such as rooms, students, staff collectively.
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48
This contract is subject to renewal: yes
Description of renewals:  
The framework agreement(s) will initially be for four (4) years, with the option to extend for a further two (2), two-year periods, up to a maximum of eight (8) years subject to satisfactory performance, business needs and budgetary constraints.
II.2.9)

Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 3
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
II.2)

Description

II.2.1)

Title

Exam Scheduler
Lot No:  2
II.2.2)

Additional CPV code(s)

22120000  -  Publications
30199790  -  Timetables
33192210  -  Examination tables
72212332  -  Scheduling software development services
II.2.4)

Description of the procurement

Lot 2 - Exam Scheduler
A centralised Examination System is required to facilitate the scheduling of examinations. It should be able to schedule room, students, invigilators collectively.
The system should balance a students’ exam timetables. It should make best use of physical resources, rooms, staff and invigilating across multiple campuses.
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48
This contract is subject to renewal: yes
Description of renewals:  
The framework agreement(s) will initially be for four (4) years, with the option to extend for a further two (2), two-year periods, up to a maximum of eight (8) years subject to satisfactory performance, business needs and budgetary constraints.
II.2.9)

Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 3
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
II.2)

Description

II.2.1)

Title

Publication & Communication functionality
Lot No:  3
II.2.2)

Additional CPV code(s)

22120000  -  Publications
30199790  -  Timetables
33192210  -  Examination tables
72212332  -  Scheduling software development services
II.2.4)

Description of the procurement

Lot 3 - Publication & Communication Functionality
A publishing system is required to publish on the web the Class and Examination Timetable System data. (Lot 1 & Lot 2 above). The publication must comply with accessibility standards.
The system must be able to integrate with separate Class/Examination systems.
The system must have the ability to sync outputs to a personal calendar.
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48
This contract is subject to renewal: yes
Description of renewals:  
The framework agreement(s) will initially be for four (4) years, with the option to extend for a further two (2), two-year periods, up to a maximum of eight (8) years subject to satisfactory performance, business needs and budgetary constraints.
II.2.9)

Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 3
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

Competitive procedure with negotiation
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.1.4)

Information about reduction of the number of solutions or tenders during negotiation or dialogue

Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated
IV.1.5)

Information about negotiation

The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations
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:  10/08/2020
Local time:  15:00
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English

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

High Court
Inns Quay
Dublin 7
IE
Telephone: +353 18886000