II.1)
Scope of the procurement
On line Environmental Health & Safety System and On line Permit to work system
72260000
-
Software-related services
Services
II.1.4)
Short description
DPC proposes to engage in a competitive process for the establishment of Single-party Framework agreement(s) to provide an On line Environmental, Health and Safety System and an On line permit to work system at the Dublin Port estate in 2 lots, as two single party framework agreements.
II.1.5)
Estimated total value
Value excluding VAT: 500000.00
EUR
II.1.6)
Information about lots
This contract is divided into lots:
yes
Tenders may be submitted for
all lots
Online Environmental Health & Safety System
Lot No:
1
II.2.2)
Additional CPV code(s)
48000000
-
Software package and information systems
48170000
-
Compliance software package
48420000
-
Facilities management software package and software package suite
48421000
-
Facilities management software package
48700000
-
Software package utilities
48771000
-
General utility software package
48931000
-
Training software package
72261000
-
Software support services
72263000
-
Software implementation services
II.2.3)
Place of performance
Main site or place of performance:
Dublin
II.2.4)
Description of the procurement
DPC wishes to procure and formalise its EHS system with a suitable provider to ensure the health and safety of every individual within the workplace by providing sufficient reporting and investigating processes, documents sharing and acknowledgement, streamlined reports and data on EHS metrics but most of all to assist DPC maintain regulatory compliance. An online system is required to provide this.
Price is not the only award criterion and all criteria are stated only in the procurement documents
Value excluding VAT: 300000.00
EUR
II.2.7)
Duration of the contract, framework agreement or dynamic purchasing system
Duration in months:
96
This contract is subject to renewal:
no
II.2.9)
Information about the limits on the number of candidates to be invited
Envisaged number of candidates:
5
Objective criteria for choosing the limited number of candidates:
It is envisaged that five firms will be invited to tender, subject to that number qualifying.
II.2.10)
Information about variants
Variants will be accepted:
no
II.2.11)
Information about options
Options:
yes
Description of options:
Initial contract is for 3 years with options to extend, during the life of the maximum 8 year framework period. It should be noted that contracts awarded under the framework may extend beyond the life of the framework.
II.2.13)
Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
no
Online Permit to work system
Lot No:
2
II.2.2)
Additional CPV code(s)
48000000
-
Software package and information systems
48170000
-
Compliance software package
48420000
-
Facilities management software package and software package suite
48421000
-
Facilities management software package
48700000
-
Software package utilities
48771000
-
General utility software package
48931000
-
Training software package
72261000
-
Software support services
72263000
-
Software implementation services
II.2.3)
Place of performance
Main site or place of performance:
Dublin
II.2.4)
Description of the procurement
Dublin Port Company’s Oil Zone Area has been identified as a hazardous zone under ATEX Directive 2014/34/EU. Therefore, under the General Application Regulations S.I. No. 299 of 2007: “a system of permits to work is applied for carrying out both hazardous activities and activities which may interact with other work to cause hazards”. An Online permit to Work system is required to provide this.
Price is not the only award criterion and all criteria are stated only in the procurement documents
Value excluding VAT: 200000.00
EUR
II.2.7)
Duration of the contract, framework agreement or dynamic purchasing system
Duration in months:
96
This contract is subject to renewal:
no
II.2.9)
Information about the limits on the number of candidates to be invited
Envisaged number of candidates:
5
Objective criteria for choosing the limited number of candidates:
It is envisaged that five firms will be invited to tender, subject to that number qualifying.
II.2.10)
Information about variants
Variants will be accepted:
no
II.2.11)
Information about options
Options:
yes
Description of options:
Initial contract is for 3 years with options to extend, during the life of the maximum 8 year framework period. It should be noted that contracts awarded under the framework may extend beyond the life of the framework.
II.2.13)
Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
no