Contract award notice

Information

Published

Date of dispatch of this notice: 03/11/2022

External Reference: 2022-257868

TED Reference: 2022/S 215-618324

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: Liam O'Loughnan
Telephone: +353 12223602
NUTS code:  IE061 -  Dublin
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

The Provision of a Single Party Framework in respect of Dublin City Council’s Corporate GIS Infrastructure for the provision of Support for the GIS environment
Reference number:  GIS Tender
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

Dublin City Council (DCC) wishes to invite tenders using the Open Procedure to establish a Single Party Framework Agreement for the provision of Support, Maintenance, Licences and Professional Services for DCCs’ Corporate GIS environment. This environment encompasses existing software platform and customised solutions. The software platform includes Hexagon’s M..App Enterprise Platform (including customised Workflows), FME Desktop, FME Server, and Integrated Mapping application built on Location Publisher.
II.1.6)

Information about lots

This contract is divided into lots: no
II.1.7)

Total value of the procurement

Value excluding VAT:  950000.00  EUR
II.2)

Description

II.2.2)

Additional CPV code(s)

38221000  -  Geographic information systems (GIS or equivalent)
48000000  -  Software package and information systems
II.2.3)

Place of performance

NUTS code:  IE061 -  Dublin
Main site or place of performance:  
Civic Offices, 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, Maintenance, Licences and Professional Services for DCCs’ Corporate GIS environment. This environment encompasses existing software platform and customised solutions. The software platform includes Hexagon’s M..App Enterprise Platform (including customised Workflows), FME Desktop, FME Server, and Integrated Mapping application built on Location Publisher.
This Single Party Framework Agreement will be established for a period of 4 years. Contracts drawn down from the Framework can outlast the lifetime of the Framework. DCC may award additional contracts in respect of additional services which include but are not limited to the following:
• Professional service days for development work as well as support for existing customised GIS solutions.
• Licence purchase and support costs for new and existing GIS products and services on site or in the cloud
• Purchases of associated products and services including commercial and open source GIS components and services required to provide GIS solutions
• Training in respect of GIS related products and services
• This framework will also include an option for hosting GIS solutions if Council decide to use this framework to host any of its current GIS solutions or future GIS solutions. The Council are not confined to use this option and reserve the right to use other hosting options outside of this framework for GIS solutions.
• DCC anticipate GIS environment upgrades within the lifetime of the contract, which will be covered using professional service days.
• Assistance in implementing all components of the GIS portfolio
• Application deployment and Software updates
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Quality  /  Weighting:  6000
Quality criterion  -  Name:  Technical  /  Weighting:  6000
Quality criterion  -  Name:  Value Added  /  Weighting:  2000
Cost criterion  -  Name:  Costs  /  Weighting:  6000
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

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
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: 2022/S 033-085143

Section V: Award of contract

Contract No: 1

Title: The Provision of a Single Party Framework in respect of Dublin City Council’s Corporate GIS Infrastructure for the provision of Support for the GIS environment

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

24/05/2022
V.2.2)

Information about tenders

Number of tenders received:  1
Number of tenders received by electronic means:  1
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

IMGS
8263555M
Unit 8B Keypoint
Dublin
Rosemount Business P
IE
Telephone: +353 18853839
NUTS code:  IE061 -  Dublin
Internet address: http://www.imgs.ie

The contractor is an SME : yes
V.2.4)

Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot:  950000.00  EUR

Section VI: Complementary information

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 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. 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 207139. 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 4th March at 12.00pm noon 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

VI.4.3)

Review procedure

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