Dublin CIty Council (DCC) is seeking proposals in respect of the replacement of its existing contact centre with a high availability, distributed and scalable solution. Any proposed solution must have regard to DCCโs 2 server rooms, which are located within the civic offices and at its DR /business continuity data centre at DXC City west.
DCC is seeking proposals, which will provide a phased, structured and seamless replacement path for its contact centre. Tenderers must submit clearly and fully costed proposal(s) describing their solution(s), rationale, implementation plans, technical components and features together with the professional services required to implement the proposed solution. Similarly, tenderers must describe how their proposals will interface with the current infrastructure.
Contract duration is for 4 years with an option to extend for 1 further year.
Deadline
The time limit for receipt of tenders was 2018-06-22.
The procurement was published on 2018-05-24.
Suppliers
The following suppliers are mentioned in award decisions or other procurement documents:
Contract award notice (2019-02-05) Contracting authority Name and addresses
Name: Dublin City Council
National registration number: N/a
Postal address: Civic Offices, Wood Quay
Postal town: Dublin 8
Postal code: Dublin
Country: Ireland ๐ฎ๐ช
Contact person: Sandra Gentles
Phone: +353 12222222๐
E-mail: sandra.gentles@dublincity.ie๐ง
Region: Dublin๐๏ธ
URL: www.dublincity.ie๐
Address of the buyer profile: https://irl.eu-supply.com/ctm/Company/CompanyInformation/Index/267๐ Information about joint procurement
The contract is awarded by a central purchasing body
Object Scope of the procurement
Title: Replacement Multi-Channel Contact Centre
133704
Products/services: PABX systems๐ฆ
Short description:
โDublin City Council (DCC) is seeking proposals in respect of the replacement of its existing Contact Centre with a High Availability, distributed and...โ
Short description
Dublin City Council (DCC) is seeking proposals in respect of the replacement of its existing Contact Centre with a High Availability, distributed and scalable solution. Any proposed solution must have regard to DCCโs two server rooms, which are located within the Civic Offices and at its DR/Business Continuity Datacentre at DXC Citywest.
DCC is seeking proposals, which will provide a phased, structured and seamless replacement path for its Contact Centre. Tenderers must submit clearly and fully costed proposal(s) describing their solution(s), rationale, implementation plans, technical components and features together with the Professional Services required to implement the proposed solution. Similarly, tenderers must describe how their proposals will interface with the current infrastructure.
Contract duration is for 4 years with an option to extend for 1 further year.
Show more
Total value of the procurement (excluding VAT): EUR 645 654 ๐ฐ
1๏ธโฃ
Additional products/services: Telecommunications equipment๐ฆ
Additional products/services: PABX equipment๐ฆ
Additional products/services: Telephone exchanges๐ฆ
Additional products/services: Telephone network๐ฆ
Additional products/services: Data and voice media๐ฆ
Additional products/services: Data-bearing media๐ฆ
Additional products/services: Technical computer support services๐ฆ
Place of performance: Dublin๐๏ธ
Description of the procurement:
โDublin City Council (DCC) is seeking proposals in respect of the replacement of its existing Contact Centre with a High Availability, distributed and...โ
Description of the procurement
Dublin City Council (DCC) is seeking proposals in respect of the replacement of its existing Contact Centre with a High Availability, distributed and scalable solution. Any proposed solution must have regard to DCCโs two server rooms, which are located within the Civic Offices and at its DR/Business Continuity Datacentre at DXC Citywest.
DCC is seeking proposals, which will provide a phased, structured and seamless replacement path for its Contact Centre. Tenderers must submit clearly and fully costed proposal(s) describing their solution(s), rationale, implementation plans, technical components and features together with the Professional Services required to implement the proposed solution. Similarly, tenderers must describe how their proposals will interface with the current infrastructure.
Contract duration is for 4 years with an option to extend for 1 further year.
Show more Award criteria
Quality criterion (name): Technical requirements of multi-channel replacement contact centre
Quality criterion (weighting): 7000
Quality criterion (name): Project implementation
Quality criterion (weighting): 1000
Quality criterion (name): Service level management
Quality criterion (name): Value added services
Cost criterion (name): Ultimate cost
Cost criterion (weighting): 5000
Information about options
Options โ
Description of options: 4 years + optional 1 year.
Procedure Type of procedure
Open procedure
Administrative information
Previous publication concerning this procedure: 2018/S 098-223225
Award of contract
1๏ธโฃ
Contract Number: 1
Title: Multi-Channel Replacement Contact Centre
Date of conclusion of the contract: 2019-01-01 ๐
Information about tenders
Number of tenders received: 6
Number of tenders received by electronic means: 6
Name and address of the contractor
Name: Welltel Enterprise
National registration number: IE9845308U
Postal address: St Joans Industrial Estate, Turnpike Road
Postal town: Ballymount
Postal code: Dublin 12
Country: Ireland ๐ฎ๐ช
Phone: +353 19602700๐
E-mail: info@welltelgroup.com๐ง
Region: Dublin๐๏ธ
URL: http://welltelgroup.com๐
The contractor is an SME โ Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 645 654 ๐ฐ
Complementary information Additional information
โAdditional Information โ Dublin City Council:
1) Dublin City Council is subject to the provisions of the Freedom of Information Act (FOI) 2014. If you...โ
Additional Information โ 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 website (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 โor equivalentโ 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 IS 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;
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 โ The High Court, Four Courts, Inns Quay, Dublin 7;
11) All queries regarding this tender must be submitted through the Irish Government Procurement Opportunities Portal www.etenders.gov.ie
Queries must be in question format. Responses will be circulated to those tenderers that have registered an interest in this notice on www.etenders.gov.ie
The details of the person making a query will not be disclosed when circulating the response. All queries must be submitted by 12:00 noon on 22.6.2018 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.
Show more Review body
Name: The High Court
Postal address: Chief Registrar, High Court, Inns Quay
Postal town: Dublin
Postal code: Dublin 7
Country: Ireland ๐ฎ๐ช
Phone: +353 18886000๐
E-mail: highcourtcentraloffice@courts.ie๐ง Body responsible for mediation procedures
Name: Please contact your solicitor
Postal town: x
Country: Ireland ๐ฎ๐ช Service from which information about the review procedure may be obtained
Name: Please contact your solicitor
Postal town: x
Country: Ireland ๐ฎ๐ช
Source: OJS 2019/S 028-061977 (2019-02-05)