Contract notice

Information

Published

Date of dispatch of this notice: 22/04/2022

Expire date: 27/05/2022

External Reference: 2022-271767

TED Reference: 2022/S 082-220407

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Dublin City Council
N/A
Civic Offices, Wood Quay
Dublin 8
Dublin
IE
Contact person: Cian Coghlan
NUTS code:  IE061 -  Dublin
Internet address(es):
Main address: www.dublincity.ie

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=212201&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

Regional or local authority
I.5)

Main activity

General public services

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

The introduction of hand-held devices with barcoding and RFIDs to facilitate processes to be completed in Dublin City Council’s network of Stores, and the ongoing support and development of same.
Reference number:  Inventory Barcoding-Scanning
II.1.2)

Main CPV code

30216130  -  Barcode readers
II.1.3)

Type of contract

Supplies
II.1.4)

Short description

This will initially be introduced in the new North City Operations Depot (NCOD). These new devices and the underlying software must integrate with the Purchasing and Inventory modules of Oracle eBusiness Suite Version 12.2.5. The use of handhelds may be extended in other locations within the network of stores. The framework will also cover the ongoing support of the hand-helds, their underlying software and any required development work beyond the initial configuration and integration.
II.1.5)

Estimated total value

Value excluding VAT: 750000.00  EUR
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

30216000  -  Magnetic or optical readers
42965100  -  Warehouse management system
48100000  -  Industry specific software package
48430000  -  Inventory management software package
48812000  -  Financial information systems
72200000  -  Software programming and consultancy services
72212000  -  Programming services of application software
72212318  -  Scanner software development services
72212430  -  Inventory management software development services
72227000  -  Software integration consultancy services
72228000  -  Hardware integration consultancy services
II.2.3)

Place of performance

NUTS code:  IE061 -  Dublin
II.2.4)

Description of the procurement

This will initially be introduced in the new North City Operations Depot (NCOD). These new devices and the underlying software must integrate with the Purchasing and Inventory modules of Oracle eBusiness Suite Version 12.2.5. The use of handhelds may be extended in other locations within the network of stores. The framework will also cover the ongoing support of the hand-helds, their underlying software and any required development work beyond the initial configuration and integration. The framework period will be for four years. However, contracts may be awarded which extend beyond the lifetime of the Framework. An initial contract will be awarded for a period of two years with an option to extend for four further periods of 12 months, at the sole discretion of Dublin City Council.
The successful tenderer will work closely with DCC’s own Stores / Inventory team and IS Department Technical Support staff. While DCC’s IS Department will have responsibility for First Line support, it is envisaged that there may be overlap at times between the two roles.
In the case of a major incident e.g. a service outage, a one-hour response time is required. This time is calculated from the time the call is logged. It might also be required for a technical resource to come on site to assist with the resolution of the problem. The decision on whether an on-site resource is required will remain with DCC. The resource must be made available within four hours. Please refer to Section 2.3 of this document for a description of DCC’s support call classifications.
Additional contracts may be required for expanding the use of the hand-helds, including the underlying software, beyond the new NCOD into existing Stores locations. This would include, but not limited to, purchase of additional hand-helds, additional user-licenses, draw down on development hours, draw down on support hours etc.
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: 750000.00  EUR
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 period will be for four years. However, contracts may be awarded which extend beyond the lifetime of the Framework. An initial contract will be awarded for a period of two years with an option to extend for four further periods of 12 months, at the sole discretion of Dublin City Council.
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.1.3)

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.1.8)

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:  27/05/2022
Local time:  17:00
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English, Irish
IV.2.6)

Minimum time frame during which the tenderer must maintain the tender

Duration in months : 12  (from the date stated for receipt of tender)
IV.2.7)

Conditions for opening of tenders

Date:  27/05/2022
Local time:  17:00
Information about authorised persons and opening procedure:  
Please note that the time an date set out above may be subject to change at the discretion of Dublin City Council.

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

Dublin City Council is subject to the provisions of the Freedom of Information Act (FOI) 2014. If you consider that any of the information supplied by you is either commercially sensitive or confidential in nature, this should be highlighted and the reasons for the sensitivity specified. In such cases, the relevant material, will in response to the FOI request; be examined in the light of the exemptions provided for in the Act.
It will be a condition for the award of any contract by Dublin City Council that the successful Tenderer and all sub-contractors (if applicable) produce a valid Tax Clearance Certificate from the Revenue Commissioners in compliance with Circular (43) 2006 (or as amended) and that the certificate will be maintained for the duration of the contract and will be on a 12 month basis. In the case of a non-resident Tenderer, a statement of suitability from the Revenue Commissioners will be required.
Suppliers must register their interest on the eTenders web site (www.etenders.gov.ie) in order to be included on the mailing list for clarifications.
Please note also that all information relating to attachments, including clarifications and changes, will be published on the Irish Government Procurement Opportunities Portal (www.etenders.gov.ie) only. Registration is free of charge. Dublin City Council will not accept responsibility for information relayed (or not relayed) via third parties.
All queries regarding this tender must be directed to the messaging facility on www.etenders.gov.ie. RFT ID: 212312. Queries must be in question format. Responses will be circulated to those candidates/tenderers that have registered an interest in this notice on the Irish Government procurement opportunities portal www.etenders.gov.ie. The details of the party making the query will not be disclosed when circulating the response. All queries must be submitted by 1pm on 17th May 2022 to enable issue of responses to all interested parties.
Please note that where documents are made available in both PDF and Word format, in the event that there is any discrepancy between the documents, the PDF version will take precedence.
VI.4)

Procedures for review

VI.4.1)

Review body

The High Court
Chief Registrar, High Court, Inns Quay
Dublin
Dublin 7
IE
Telephone: +353 18886000

VI.4.2)

Body responsible for mediation procedures

Please consult your Solicitor
N/A
IE

VI.4.4)

Service from which information about the review procedure may be obtained

Please consult your Solicitor
N/A
IE