Contract award notice

Information

Published

Date of dispatch of this notice: 19/06/2019

External Reference: 2019-202480

TED Reference: 2019/S 118-290095

Contract award notice

Contract award notice

Results of the procurement procedure

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: Jannette Fitzpatrick
Telephone: +353 012225372
Internet address(es):
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

Implementation, Support, Maintenance and Future Development of a Dublin City Council Oracle Identity Management Solution
Reference number:  144839
II.1.2)

Main CPV code

48000000  -  Software package and information systems
II.1.3)

Type of contract

Services
II.1.4)

Short description

DCC are looking to establish a Single Party Framework for the Implementation of a latest release of Oracle Identity Management using existing OIM perpetual licences currently owned and maintained by DCC. It is a fresh install, configuring fresh data and reconfiguring current resources. The contract includes support, maintenance and future development of same implementation per a period of four years with possibility to extend for a further two years,at the discretion of Dublin City Council.
Please see tender documents for further details.
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

72000000  -  IT services: consulting, software development, Internet and support
72500000  -  Computer-related services
72600000  -  Computer support and consultancy services
72610000  -  Computer support services
72611000  -  Technical computer support services
II.2.3)

Place of performance

Main site or place of performance:  
Dublin City Council
II.2.4)

Description of the procurement

DCC are looking to establish a Single Party Framework for the Implementation of a latest release of Oracle Identity Management using existing OIM perpetual licences currently owned and maintained by DCC. It is a fresh install, configuring fresh data and reconfiguring current resources. The contract includes support, maintenance and future development of same implementation per a period of four years with possibility to extend for a further two years,at the discretion of Dublin City Council.
Please see tender documents for further details.
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Use of Existing Licences  /  Weighting:  1000
Quality criterion  -  Name:  Web Provisioning and associated workflow  /  Weighting:  5000
Quality criterion  -  Name:  Integration with Microsoft Active Directory  /  Weighting:  1200
Quality criterion  -  Name:  Standard Reporting and Analysis  /  Weighting:  2000
Quality criterion  -  Name:  Upload of daily files  /  Weighting:  1000
Quality criterion  -  Name:  Attestation & Reconciliation Report  /  Weighting:  2000
Quality criterion  -  Name:  Project Managment  /  Weighting:  2000
Quality criterion  -  Name:  Implementation/ Support Team  /  Weighting:  1500
Quality criterion  -  Name:  System Architecture  /  Weighting:  1000
Quality criterion  -  Name:  System Configuration  /  Weighting:  1500
Quality criterion  -  Name:  Training  /  Weighting:  1000
Quality criterion  -  Name:  Support and Maintenance  /  Weighting:  2500
Quality criterion  -  Name:  Future Development  /  Weighting:  2000
Quality criterion  -  Name:  Privacy and Security  /  Weighting:  500
Quality criterion  -  Name:  Implementation suitability and usability  /  Weighting:  1000
Cost criterion  -  Name:  Ultimate Cost  /  Weighting:  16000
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 consult the associated documentation, which contains full instructions regarding the submission of tenders and is available to download from www.etenders.gov.ie RFT ID 144839

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.2.1)

Previous publication concerning this procedure

Notice number in the OJ S: 2019/S 047-107873

Section V: Award of contract

Contract No: 1

Title: Implementation, Support, Maintenance and Future Development of a Dublin City Council Oracle Identity Management Solution

A contract/lot is awarded: no
V.1)

Information on non-award

The contract/lot is not awarded
Other reasons (discontinuation of procedure)

Section V: Award of contract

Contract No: 1

Title: Implementation, Support, Maintenance and Future Development of a Dublin City Council Oracle Identity Management Solution

A contract/lot is awarded: no
V.1)

Information on non-award

The contract/lot is not awarded
Other reasons (discontinuation of procedure)

Section VI: Complementary information

VI.3)

Additional information

Additional Information – Dublin City Council
1. 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.
2. 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.
3. 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.
4. Please note in relation to all documents, that where reference is made to a particular standard, make, source, process, trademark, type or patent, that this is not to be regarded as a de facto requirement. In all such cases it should be understood that such indications are to be treated strictly and solely for reference purposes only, to which the words "or equivalent" will always be appended.
5. 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.
6. The contract/framework agreement is primarily for use by the Information Systems Department, but may also be extended for use by other divisions of Dublin City Council as requirements arise.
7. Emailed/faxed/late tenders will not be accepted. Tenderers are asked to include a return address on the packaging.
8. Please see tender documents for instructions on how to upload electronically.
9. Tenders may be submitted in English or in the Irish language.
10. Please note that OJEU contracts are covered by the Government Procurement Agreement (GPA).
11. All queries regarding this tender must be directed to the messaging facility on www.etenders.gov.ie. RFT ID: 144839. 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 12 noon on 25th March 2019 to enable issue of responses to all interested parties.
13. 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.4.3)

Review procedure

Precise information on deadline(s) for review procedures: 
Please consult your solicitor.