Contract notice

Information

Published

Date of dispatch of this notice: 06/09/2019

Expire date: 07/10/2019

External Reference: 2019-215537

TED Reference: 2019/S 175-425806

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: Paul Fusco
Telephone: +353 16744844
Internet address(es):
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=153257&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

INVITATION TO TENDER FOR THE DESIGN, SUPPLY, INSTALLATION, COMMISSIONING AND MAINTENANCE OF LIBRARY BUILDING AUTOMATION SOLUTION FOR DUBLIN CITY LIBRARIES
II.1.2)

Main CPV code

30238000  -  Library automation equipment
II.1.3)

Type of contract

Supplies
II.1.4)

Short description

Dublin City Libraries (Dublin City Council) intends to establish a Four Year, Single Party Framework Agreement for the design, supply, installation, commissioning and maintenance of a building automation solution for 1 library initially (Pembroke Library), with the possibility of expanding the service to other libraries in our branch network.
For the avoidance of all doubt, the maximum Framework Agreement Term is 4 years, however Contracts may be awarded which extend beyond the lifetime of the Framework.
The agreement does not include:
• Remote monitoring of CCTV or intruder/fire alarms
• Maintenance of existing CCTV or intruder/fire alarms
Please see tender documents for further details.
II.1.5)

Estimated total value

Value excluding VAT: 1100000.00  EUR
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

39155100  -  Library equipment
48420000  -  Facilities management software package and software package suite
48421000  -  Facilities management software package
48921000  -  Automation system
II.2.4)

Description of the procurement

My Open Library, which offers extended opening hours to library members on a self-service basis outside normal opening hours, seven days a week, from 8am to 10pm, 365 days a year is the latest development in Library Automation.
The full range of services are available during staffed hours including book borrowing, study spaces and ICT facilities will be available during My Open Library hours. Library users will have access to the library at times that suit them best and the library is strengthened as a focal point for community engagement.
Dublin City Libraries (Dublin City Council) intends to establish a Four Year, Single Party Framework Agreement for the design, supply, installation, commissioning and maintenance of a building automation solution for 1 library initially (Pembroke Library), with the possibility of expanding the service to other libraries in our branch network.
For the avoidance of all doubt, the maximum Framework Agreement Term is 4 years, however Contracts may be awarded which extend beyond the lifetime of the Framework.
It is emphasised that a framework agreement constitutes no guarantee to purchase a specific quantity of services from a particular economic operator. Indeed, Dublin City Council reserves the right to operate outside of the framework agreement at its discretion, particularly should it become apparent that doing so would offer greater value for money.
Proposed systems will be tailored to suit the facilities and service requirements of each branch, but can be generally assumed to consist of the following:
Access control equipment; building automation equipment to integrate with existing hardware and fittings; monitoring and management software; CCTV equipment; staff training; maintenance of all hardware and software provided;
The agreement does not include:
• Remote monitoring of CCTV or intruder/fire alarms
• Maintenance of existing CCTV or intruder/fire alarms
Please see tender documents for further details.
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: 1100000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48
This contract is subject to renewal: 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 consult the associated documentation, which contains full instructions regarding the submission of tenders and is available from www.etenders.gov.ie using RFT ID 156705.

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:  For further information please consult the associated documentation available to download from www.etenders.gov.ie using RFT ID 156705.
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

For further information please consult the associated documentation available to download from www.etenders.gov.ie using RFT ID 156705.

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:  07/10/2019
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:  07/10/2019
Local time:  17:00
Place:  
The date and time set out above for the opening of tenders is 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.3)

Additional information

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 Acts.
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 framework agreement is primarily for use by Dublin City Libraries, a section of Culture, Recreation and Economic Services Dept., 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. Tenders may be submitted in English or in the Irish language.
9. Please note that OJEU contracts are covered by the Government Procurement Agreement (GPA).
10. Appeals procedure: The body to whom appeals should be addressed is – The High Court, Four Courts, Inns Quay, Dublin 7.
11. 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.
12. For each criterion marked as Response: Declaration Required, applicants must initially provide the Appendices referenced under each criterion no later than the date set for return of the forms, and, where appropriate, confirm in the box provided that it is included with the completed Questionnaire. Failure to do so could invalidate the submission.
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.