Supplies - 16361-2019

14/01/2019    S9

Ireland-Dublin: Miscellaneous software package and computer systems

2019/S 009-016361

Contract award notice

Results of the procurement procedure

Supplies

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1)Name and addresses
Official name: Dublin City Council
National registration number: N/A
Postal address: Civic Offices, Wood Quay
Town: Dublin 8
NUTS code: IE061 Dublin
Postal code: Dublin
Country: Ireland
Contact person: John Maguire
E-mail: john.maguire@dublincity.ie
Telephone: +353 12223424
Internet address(es):
Main address: www.dublincity.ie
Address of the buyer profile: https://irl.eu-supply.com/ctm/Company/CompanyInformation/Index/267
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 Emergency Accommodation Booking System

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 2 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 (excluding VAT)
Value excluding VAT: 498 195.00 EUR
II.2)Description
II.2.2)Additional CPV code(s)
72212900 Miscellaneous software development services and computer systems
II.2.3)Place of performance
NUTS code: IE061 Dublin
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 2 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 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 2 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
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 2 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
II.2.14)Additional information

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
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
IV.2.8)Information about termination of dynamic purchasing system
IV.2.9)Information about termination of call for competition in the form of a prior information notice

Section V: Award of contract

Contract No: 1
Title:

Homelessness Case Management System incorporating an Emergency Accommodation Booking System

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
Official name: Open sky data systems
National registration number: 380089
Postal address: Unit8, Osprey Business Centre
Town: Naas
NUTS code: IE061 Dublin
Postal code: Devoy Quarter, Kilda
Country: Ireland
E-mail: mcronin@openskydata.com
Telephone: +353 45855675
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: 868 195.00 EUR
V.2.5)Information about subcontracting

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 12:00 noon on 9.8.2018 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
Official name: The High Court
Postal address: Chief Registrar, High Court, Inns Quay
Town: Dublin
Postal code: Dublin 7
Country: Ireland
E-mail: HighCourtCentralOffice@courts.ie
Telephone: +353 18886000
VI.4.2)Body responsible for mediation procedures
Official name: The High Court
Postal address: Chief Registrar, High Court, Inns Quay
Town: Dublin
Postal code: Dublin 7
Country: Ireland
E-mail: HighCourtCentralOffice@courts.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
Official name: The High Court
Postal address: Chief Registrar, High Court, Inns Quay
Town: Dublin
Country: Ireland
E-mail: HighCourtCentralOffice@courts.ie
Telephone: +353 18886000
VI.5)Date of dispatch of this notice:
10/01/2019