Contract notice

Information

Published

Date of dispatch of this notice: 31/07/2020

Expire date: 25/09/2020

External Reference: 2020-228920

TED Reference: 2020/S 150-368099

Contract notice

Cached Version

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

University College Dublin ( UCD )
IE6517386K
Procurement and Contracts Office
Belfield
Roebuck Offices
IE
Contact person: Treasa Nic Dhiarmada
Telephone: +353 17167613
NUTS code:  IE061 -  Dublin
Internet address(es):
Main address: http://www.ucd.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=171593&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

Provision of the Supply; Installation, Commissioning, Storage and Technical Support of a Research Grants Management System for University College Dublin
Reference number:  UCDOPP5056
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 services comprise provision of an externally hosted managed system to solution UCD's Research Grants Management System [RGMS] needs. The required solution will provide the requisite scale and flexible technical capacity to support UCD’s entire research project and contracts management lifecycle using established and/or new or adjustable workflows. The preferred solution will include all features; tools and reporting formats stipulated as minimum requirements throughout this RFT; have sufficient capacity to transfer all existing records and, accommodate future projected growth in research activity. The solution must be delivered as a complete package with all project management; technical supports and data management services necessary to implement and maintain the platform for users. Further consultancy services to support additional modules or bespoke developments that enhance the initial installation/platform will be available to UCD throughout the Contract concluded.
II.1.5)

Estimated total value

Value excluding VAT: 500000.00  EUR
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

72200000  -  Software programming and consultancy services
72210000  -  Programming services of packaged software products
72212000  -  Programming services of application software
72212600  -  Database and operating software development services
72212610  -  Database software development services
72220000  -  Systems and technical consultancy services
72224000  -  Project management consultancy services
72226000  -  System software acceptance testing consultancy services
72227000  -  Software integration consultancy services
72230000  -  Custom software development services
72250000  -  System and support services
72260000  -  Software-related services
72261000  -  Software support services
72262000  -  Software development services
72263000  -  Software implementation services
72266000  -  Software consultancy services
72268000  -  Software supply services
72512000  -  Document management services
II.2.3)

Place of performance

NUTS code:  IE061 -  Dublin
NUTS code:  IE -  IRELAND
Main site or place of performance:  
Dublin 4
II.2.4)

Description of the procurement

In summary, the Services comprise provision of an externally hosted managed system to solution UCD Research Grants Management System [RGMS] current and future needs.
The required solution must provide the requisite scale and flexible technical capacity capable of fully supporting UCD’s entire research project and contracts management lifecycle using established plus new or adjustable workflows. The preferred solution will include all features or tools and reporting formats stipulated as minimum requirements throughout this RFT and have sufficient capacity to transfer all existing records and accommodate future projected growth in research activity.
The solution sought must be delivered as a completed package with all project management; technical supports and data management services necessary to develop; test; implement and maintain availability of the platform for users. A test environment is a minimum requirement as is data migration; data storage and provision for a back-up or disaster recovery solution for the entire duration of any contract awarded.
Any technical; development or consultancy services necessary to support additional modules or further developments that enhance the initial installation/platform shall remain available to UCD Research throughout any contractual arrangement concluded.
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: 500000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 60
This contract is subject to renewal: no
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.2.14)

Additional information

Please refer to the tender documentation.

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 refer to the tender documentation.
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

III.2.2)

Contract performance conditions

Please refer to the tender documentation.
III.2.3)

Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing 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 : no
IV.2)

Administrative information

IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  25/09/2020
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:  31/05/2021
IV.2.7)

Conditions for opening of tenders

Date:  25/09/2020
Local time:  12:00

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.2)

Information about electronic workflows

Electronic invoicing will be accepted
Electronic payment will be used
VI.3)

Additional information

Please refer to the tender documentation.
VI.4)

Procedures for review

VI.4.1)

Review body

The Courts Service
The Four Courts
Dublin
IE

VI.4.3)

Review procedure

Precise information on deadline(s) for review procedures: 
Please refer to your legal advisor.