Contract award notice

Information

Published

Date of dispatch of this notice: 10/01/2019

External Reference: 2019-228769

TED Reference: 2019/S 009-016361

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: John Maguire
Telephone: +353 012223424
Internet address(es):
Main address: www.dublincity.ie

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

Homelessness Case Management System incorporating an
Reference number:  DRHE CMS Ref: 136836
II.1.2)

Main CPV code

48900000  -  Miscellaneous software package and computer systems
II.1.3)

Type of contract

Supplies
II.1.4)

Short description

Homelessness Case Management System incorporating an
Emergency Accommodation Booking System
Dublin City Council proposes to award a contract for a replacement to the current PASS
including the implementation, configuration and support of a Homelessness Case
Management System incorporating an Emergency Accommodation Booking System, for a
period of 3 years from the awarding date with an option to extend the contract for a period or
periods of up to 12 months with a maximum of two such extensions under the same terms
and conditions, based on annual reviews of operations.
II.1.6)

Information about lots

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

Total value of the procurement

Value excluding VAT:  498195.00  EUR
II.2)

Description

II.2.2)

Additional CPV code(s)

72212900  -  Miscellaneous software development services and computer systems
II.2.4)

Description of the procurement

Homelessness Case Management System
incorporating an Emergency Accommodation Booking
System
Dublin City Council proposes to award a contract for a replacement to the current PASS
including the implementation, configuration and support of a Homelessness Case
Management System incorporating an Emergency Accommodation Booking System, for a
period of 3 years from the awarding date with an option to extend the contract for a period or
periods of up to 12 months with a maximum of two such extensions under the same terms
and conditions, based on annual reviews of operations.
The contract is for the provision of the following services :
 Supply and installation of a Case Management System including an Emergency
Accomodation Booking system
 Configuration of a Case Management System and Emergency Accommodation
Booking system
 Migration of existing data and documents from the current PASS
 Data purging and data anonimising in accordance with the EU General Data
Protection Regulation (GDPR).
 Implementation of case management and performance reports as defined in the
National Quality Standards Framework 4 for Homeless Services in Ireland.
 System administration and end user training in the use of the system
 System technical documents and training support documents.
 System maintenance, support/issue fixing for an initial period of three years from the
awarding date with an option to extend the contract for a period or periods of up to 12
months with a maximum of two such extensions under the same terms and
conditions, based on annual reviews of operations
 Assistance in future system development and upgrade.
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Accommodation management  /  Weighting:  2700
Quality criterion  -  Name:  Support for DRHE processes  /  Weighting:  1800
Quality criterion  -  Name:  Implementation, support and future development  /  Weighting:  12600
Quality criterion  -  Name:  Privacy and Security  /  Weighting:  7200
Quality criterion  -  Name:  Reporting and Analytics  /  Weighting:  4600
Quality criterion  -  Name:  System functioning and suitability  /  Weighting:  6600
Cost criterion  -  Name:  Ultimate cost  /  Weighting:  20000
II.2.11)

Information about options

Options: yes
Description of options:
This contract is for 3 years with the option to extend for two further periods of 1 year each
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.1.8)

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: 2018/S 134-304941

Section V: Award of contract

Contract No: 1

Title: Homelessness Case Management System incorporating an

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

Award of contract

V.2.1)

Date of conclusion of the contract

20/12/2018
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

Open Sky Data Systems
380089
Unit8, Osprey Business Centre
Naas
Devoy Quarter, Kilda
IE
Telephone: +353 045855675
Internet address: http://www.openskydata.com

The contractor is an SME : yes
V.2.4)

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

Total value of the contract/lot:  868195.00  EUR

Section VI: Complementary information

VI.3)

Additional information

Additional Information – Dublin City Council
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 Act.
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 contract is primarily for use by the Housing 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. 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. All queries regarding this tender must be submitted at www.etenders.gov.ie 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 12 noon on 9th August 2018 to
enable issue of responses to all interested parties.
12. 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.
13. 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.
Applicants may also satisfy this requirement by submitting an ESPD completed in accordance
with EU Regulation 2016/7. By completing Part IV (a) of the ESPD titled: Global Indication for
all Selection Criteria, applicants will be taken to declare that they meet the standards set for all
criteria where the response is Declaration Required. Supporting documentation should be
provided promptly upon request from the Contracting Authority.
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.4.2)

Body responsible for mediation procedures

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 solititor
VI.4.4)

Service from which information about the review procedure may be obtained

The High Court
Chief Registrar, High Court, Inns Quay
Dublin
IE
Telephone: +353 18886000