Contract notice

Information

Published

Date of dispatch of this notice: 30/05/2022

Expire date: 01/07/2022

External Reference: 2022-262073

TED Reference: 2022/S 107-296622

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

University College Dublin ( UCD )
IE6517386K
Procurement Office, UCD Agriculture & Food Science Building
Dublin 4
Belfield
IE
Contact person: Turlough Kieran
Telephone: +353 7167618
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=215197&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 Workflow & Service Integration Platform and Implementation Guidance to UCD
Reference number:  UCDOPP5230
II.1.2)

Main CPV code

48000000  -  Software package and information systems
II.1.3)

Type of contract

Supplies
II.1.4)

Short description

The Contracting Authority is employing the Competitive Dialogue procedure to award a contract for an Enterprise Workflow and Service Integration Platform and Technical Implementation Support Capability as set out in the Descriptive Document under Section B Scope of Requirements. In accordance with the provisions governing the conduct of the Competitive Dialogue procedure. This document provides information about the scope and objectives of this procurement process, the Contracting Authority’s requirement and the terms for participation in the process. The scope of the contract best suited to the Contracting Authority's requirements will be explored and determined during the competitive dialogue process. The Contracting Authority may wish to include or remove from the scope some aspects of the requirements.
II.1.5)

Estimated total value

Value excluding VAT: 800000.00  EUR
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

48210000  -  Networking software package
48211000  -  Platform interconnectivity software package
48214000  -  Network operating system software package
48215000  -  Networking developers' software package
48219000  -  Miscellaneous networking software package
48219100  -  Gateway software package
48219300  -  Administration software package
48451000  -  Enterprise resource planning software package
48517000  -  IT software package
48600000  -  Database and operating software package
48781000  -  System management software package
48783000  -  Content management software package
48900000  -  Miscellaneous software package and computer systems
48920000  -  Office automation software package
72263000  -  Software implementation services
72266000  -  Software consultancy services
72268000  -  Software supply services
II.2.3)

Place of performance

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

Description of the procurement

The Contracting Authority is employing the Competitive Dialogue procedure to award a contract for an Enterprise Workflow and Service Integration Platform and Technical Implementation Support Capability as set out in the Descriptive Document.
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: 800000.00  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.2.9)

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

Envisaged minimum number: 3  /  Maximum number: 5
Objective criteria for choosing the limited number of candidates:
Please refer to the Descriptive Document
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 Descriptive Document

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 Descriptive Document
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 Descriptive Dcoument

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Competitive dialogue
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.1.8)

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:  01/07/2022
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:  31/03/2023

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.2)

Information about electronic workflows

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

Additional information

Please refer to the Descriptive Document
VI.4)

Procedures for review

VI.4.1)

Review body

Courts Service
The Four Courts
Dublin
IE