Contract notice

Information

Published

Date of dispatch of this notice: 03/06/2021

Expire date: 05/07/2021

External Reference: 2021-220107

TED Reference: 2021/S 109-287284

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
Telephone: +353 2225241
NUTS code:  IE061 -  Dublin
Internet address(es):
Main address: www.dublincity.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=190253&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 Provision of Support, Maintenance, Development and Enhancements Services for Oracle eBusiness Suite
II.1.2)

Main CPV code

72200000  -  Software programming and consultancy services
II.1.3)

Type of contract

Services
II.1.4)

Short description

Dublin City Council (DCC) wishes to invite tenders using the Open Procedure to establish a Single Party Framework Agreement for the provision of Support and Professional Services for Oracle eBusiness Suite.
This tender is seeking a full second level support service with a Service Level Agreement, assistance and professional advice in the administration and operation of Oracle eBusiness suite, professional services and development work which may be requested on a daily call down basis when required. Oracle E-Business Suite interfaces with other systems in DCC by way of Oracle WebLogic and Business Process Execution Language (BPEL) and DCC require support for current integrations and development of new integrations with other DCC systems.
For further information please refer to the attached documentation. The project is subject to funding.
II.1.5)

Estimated total value

Value excluding VAT: 1000000.00  EUR
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

72246000  -  Systems consultancy services
72250000  -  System and support services
72261000  -  Software support services
72262000  -  Software development services
72266000  -  Software consultancy services
72267000  -  Software maintenance and repair services
72267100  -  Maintenance of information technology software
72267200  -  Repair of information technology software
II.2.3)

Place of performance

NUTS code:  IE061 -  Dublin
II.2.4)

Description of the procurement

Dublin City Council (DCC) wishes to invite tenders using the Open Procedure to establish a Single Party Framework Agreement for the provision of Support and Professional Services for Oracle eBusiness Suite.
This tender is seeking a full second level support service with a Service Level Agreement, assistance and professional advice in the administration and operation of Oracle eBusiness suite, professional services and development work which may be requested on a daily call down basis when required. Oracle E-Business Suite interfaces with other systems in DCC by way of Oracle WebLogic and Business Process Execution Language (BPEL) and DCC require support for current integrations and development of new integrations with other DCC systems.
The successful tenderer will work closely with DCC’s own Finance Department 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.
The framework period will initially be for 2 years with the possibility of extending it by a further 2 years (one year at a time, following satisfactory performance of the supplier) at the sole discretion of Dublin City Council.
For further infomration please refer to the attached documentation. The project is subject to funding.
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: 1000000.00  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: yes
Description of options:
The framework period will initially be for 2 years with the possibility of extending it by a further 2 years (one year at a time, following satisfactory performance of the supplier) at the sole discretion of Dublin City Council.
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:  05/07/2021
Local time:  13:00
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

Tender must be valid until:  05/07/2022
IV.2.7)

Conditions for opening of tenders

Date:  05/07/2021
Local time:  13:00

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  yes
VI.2)

Information about electronic workflows

Electronic invoicing will be accepted
Electronic payment will be used
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 the Finance and Information Systems Departments 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. Tenders may be submitted in English or in the Irish language.
8. All queries regarding this tender must be submitted through the etenders messaging facility, RFT ID 191615. 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 25th June 2021 to enable issue of responses to all interested parties.
9. 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