Contract notice

Information

Published

Date of dispatch of this notice: 10/02/2022

Expire date: 28/03/2022

External Reference: 2022-262129

TED Reference: 2022/S 032-082053

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

National Building Control Office (NBCO)
IE4773215U
3 Palace Street
Dublin 2
Co.Dublin
IE
Telephone: +353 12227947
NUTS code:  IE -  IRELAND
Internet address(es):
Main address: www.nbco.localgov.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=207219&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

National or federal agency/office
I.5)

Main activity

General public services

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Provision of a Building Control Management System and associated software development with 5-Year support, operation and maintenance services, plus option for 3-Year extension
Reference number:  NBCMSO/DCC BCMS 2.0
II.1.2)

Main CPV code

72000000  -  IT services: consulting, software development, Internet and support
II.1.3)

Type of contract

Services
II.1.4)

Short description

The NBCMSO supports Building Control on behalf of the 31 Building Control Authorities in Ireland, managed as a Business Unit by Dublin City Council. The NBCMSO’s vision is to promote a culture of compliance with the Building Regulations to ensure a good quality, compliant buildings. The BCMS is a bespoke application designed for online submission of Statutory Notices, Applications & Certificates to a Building Control Authority. It provides for entry of Notices & Certificates on the Building Control Register & access to the Register. The current BCMS CRM system is at EoL & to mitigate the risk associated with this technology the BCMS application needs to move to a supported platform. As a result, the NBCMSO have put together a Request for Tender (RFT) “for the provision of a Building Control Management System (BCMS) and associated software development with 5 Year support, operation & maintenance services, plus option for 3 Year extension (subject to satisfactory project delivery)”.
II.1.5)

Estimated total value

Value excluding VAT: 5000000.00  EUR
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

72000000  -  IT services: consulting, software development, Internet and support
48000000  -  Software package and information systems
II.2.3)

Place of performance

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

Description of the procurement

Please refer to the attached Request for Tender 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: 5000000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 60
This contract is subject to renewal: yes
Description of renewals:  
One option to extend for 36 months.
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 attached Request for Tender (RFT) 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 attached Request for Tender (RFT) 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 attached Request for Tender (RFT) document.
III.2.3)

Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract

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.2.2)

Time limit for receipt of tenders or requests to participate

Date:  28/03/2022
Local time:  17:00
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:  28/03/2023
IV.2.7)

Conditions for opening of tenders

Date:  28/03/2022
Local time:  17:00

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 attached Request for Tender (RFT) document.
VI.4)

Procedures for review

VI.4.1)

Review body

High Court - Four Courts, Inns Quay Dublin 7
Dublin
IE