Two-Phase Multi-Supplier Framework Agreement for Low Cost, Retro-fit, End-to-End, Internet of Things (IoT) Solutions to Alert, Monitor and Report on Ring Buoy Theft
Dublin City Council manages approximately 140 ring buoys in Dublin. Unfortunately, approximately 15 of these ring buoys go missing/are stolen every week. This problem exists across all 31 local authorities’ areas in Ireland, 18 of which manage coastal water safety and all of which manage inland water safety.
Dublin City Council's Water Safety Officer and Water Safety Ireland are jointly responsible for the monitoring and maintenance of the ring buoys in Dublin City. Inspectors visit each ring buoy location to checking the integrity of each ring buoy, its casing and the rope. All issues are manually recorded on a report sheet. This can delay the ring buoy replacement turnaround time. Dublin City Council now wishes to establish a framework agreement to procure low cost, retro-fit end-to-end, IoT solutions to alert, monitor and report on ring buoy theft (the Services) across multiple site locations in the Dublin region.
Deadline
The time limit for receipt of tenders was 2020-08-28.
The procurement was published on 2020-07-28.
Suppliers
The following suppliers are mentioned in award decisions or other procurement documents:
Contracting authority (additional)
Name: South Dublin County Council
Postal address: County Hall, Belgard Square North, Tallaght, Co. Dublin
Postal town: Dublin
Object Scope of the procurement
Title:
“Two-Phase Multi-Supplier Framework Agreement for Low Cost, Retro-fit, End-to-End, Internet of Things (IoT) Solutions to Alert, Monitor and Report on Ring...”
Title
Two-Phase Multi-Supplier Framework Agreement for Low Cost, Retro-fit, End-to-End, Internet of Things (IoT) Solutions to Alert, Monitor and Report on Ring Buoy Theft
SD_RingBuoy_Innovation
Dublin City Council manages approximately 140 ring buoys in Dublin. Unfortunately, approximately 15 of these ring buoys go missing/are stolen every week. This problem exists across all 31 local authorities’ areas in Ireland, 18 of which manage coastal water safety and all of which manage inland water safety.
Dublin City Council's Water Safety Officer and Water Safety Ireland are jointly responsible for the monitoring and maintenance of the ring buoys in Dublin City. Inspectors visit each ring buoy location to checking the integrity of each ring buoy, its casing and the rope. All issues are manually recorded on a report sheet. This can delay the ring buoy replacement turnaround time. Dublin City Council now wishes to establish a framework agreement to procure low cost, retro-fit end-to-end, IoT solutions to alert, monitor and report on ring buoy theft (the Services) across multiple site locations in the Dublin region.
Show more
Estimated value excluding VAT: EUR 750 000 💰
Dublin City Council manages approximately 140 ring buoys in Dublin. These ring buoys are located on the banks of the two canals, the three rivers (Liffey, Tolka and Dodder), in the Docklands area and in the Council beach areas. Unfortunately, approximately 15 of these ring buoys go missing/are stolen every week. This problem exists across all 31 local authorities’ areas in Ireland, 18 of which manage coastal water safety and all of which manage inland water safety. Across Ireland, hundreds of life buoys go missing every week, putting people’s lives at risk.
Dublin City Council's Water Safety Officer and Water Safety Ireland are jointly responsible for the monitoring and maintenance of the ring buoys in Dublin City. Inspectors visit each ring buoy location to checking the integrity of each ring buoy. This includes checking the ring buoy itself, its casing and the rope. All issues are manually recorded on a report sheet. The report sheets are brought back to the office, the issue is recorded and the report sheets are stored. New parts (ring buoys or rope) are ordered and deployed on the next visit to that location.
This process can delay the ring buoy replacement turnaround time. Each ring buoy costs approx. EUR 40. The need to replace approximately 600 ring buoys each year costs Dublin City Council in excess of EUR 20 000 and could potentially endanger lives. Due to health and safety issues, ring buoys cannot be re-distributed if they have been tampered with and many end up in landfill sites.
Based on the feedback from a prior information notice (PIN) published in December 2019, Dublin City Council now wishes to establish a framework agreement. It involves a two-phased approach alongside a PPI process to procure low cost, retro-fit end-to-end, IoT solutions to alert, monitor and report on ring buoy theft (the Services) across multiple site locations in the Dublin region. Please consult the appropriate documentation, which contains full instructions regarding the submission of tenders and is available to download from www.etenders.gov.ie using RFT ID 173634. Please see Annex 1 of the draft multi party framework agreement for a list of local authorities under the framework (the Framework Purchasers).
Show more Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
Scope of the procurement
Estimated total value excluding VAT: EUR 750 000 💰
Duration of the contract, framework agreement or dynamic purchasing system
The time frame below is expressed in number of months.
Description
Duration: 48
Duration of the contract, framework agreement or dynamic purchasing system
This contract is subject to renewal ✅ Description
Description of renewals:
“Framework agreement duration is 3 years with an option to extend for one additional year.” Scope of the procurement
Information about European Union funds:
“The procurer benefits from assistance offered under the EAFIP-initiative (www.eafip.eu) which is supported by the European Commission Directorate — General...”
Information about European Union funds
The procurer benefits from assistance offered under the EAFIP-initiative (www.eafip.eu) which is supported by the European Commission Directorate — General Communications Networks, Content and Technology (DG Connect).
Show more Description
Additional information:
“This project was also a recipient of funding from the National Public Service Innovation Fund to support the piloting and testing of the solutions that are...”
Additional information
This project was also a recipient of funding from the National Public Service Innovation Fund to support the piloting and testing of the solutions that are sourced from the procurement process. https://www.ops2020.gov.ie/networks/funding/projects-funded/
Legal, economic, financial and technical information Economic and financial standing
Selection criteria as stated in the procurement documents
Technical and professional ability
Selection criteria as stated in the procurement documents
Conditions related to the contract
Contract performance conditions:
“The procurer has conducted and implemented a tender competition for the procurement of innovative solutions so as to establish a two-phase multi-supplier...”
Contract performance conditions
The procurer has conducted and implemented a tender competition for the procurement of innovative solutions so as to establish a two-phase multi-supplier framework agreement for low cost, retro-fit, end-to-end, IoT solutions to alert, monitor and report on ring buoy theft (the Services).
The first phase of the framework agreement (Phase 1) will be dedicated to the piloting of different solutions by the framework suppliers for the provision of the Services following which the pilots which are evaluated as 'Successful' shall be eligible to compete for additional contracts for provision of the Services to the Framework Purchasers by way of a mini-competition process in the second phase (Phase 2). More information on the phases and evaluation process at the end of phase 1 are provided in the request for tender documentation available to download from www.etenders.gov.ie using RFT ID 173634.
Procedure Type of procedure
Open procedure
Information about a framework agreement or a dynamic purchasing system
Framework agreement with several operators
Description
Envisaged maximum number of participants to the framework agreement: 4
Administrative information
Previous publication concerning this procedure: 2019/S 238-583012
Time limit for receipt of tenders or requests to participate: 2020-08-28
12:00 📅
Languages in which tenders or requests to participate may be submitted: English 🗣️
Languages in which tenders or requests to participate may be submitted: Irish 🗣️
The time frame below is expressed in number of months.
Minimum time frame during which the tenderer must maintain the tender: 12
Conditions for opening of tenders: 2020-08-28
12:00 📅
Conditions for opening of tenders (Information about authorised persons and opening procedure):
“The date and time for opening tenders set out above may change at the discretion of Dublin City Council.”
Complementary information Information about electronic workflows
Electronic payment will be used
Additional information
“Please note that this project is subject to funding.
Please note that due to the current Covid-19 pandemic, facilitation of all meetings, site visits, and...”
Please note that this project is subject to funding.
Please note that due to the current Covid-19 pandemic, facilitation of all meetings, site visits, and clarification meetings, as well as assessments of sample products, etc. (as applicable) is severely impacted.
Where possible the contracting authority will put in place alternative arrangements such as on-line meetings, etc. Likewise, anticipated dates (closing date for receipt of clarifications or tender submissions) may change. Suppliers will be kept fully up to date at all stages through the eTenders messaging platform.
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 framework agreement is primarily for use by the Smart City Unit in the Chief Executive’s 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) All queries regarding this expression of interest/tender* must be directed to the messaging facility on www.etenders.gov.ie. RFT ID: 173634. 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 12.00 noon on 17 August 2020 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.
10) Submissions via www.etenders.gov.ie Tenderbox facility only.
11) Refer to document 'Additional Information’ available to download from www.etenders.gov.ie using RFT ID 173634 for further information.
Show more Review body
Name: The High Court
Postal address: Chief Registrar, High Court, Inns Quay
Postal town: Dublin 7
Country: Ireland 🇮🇪
Phone: +353 18886000📞
E-mail: highcourtcentraloffice@courts.ie📧 Body responsible for mediation procedures
Name: Please consult your solicitor
Postal town: Please consult your solicitor
Country: Ireland 🇮🇪 Service from which information about the review procedure may be obtained
Name: Please consult your solicitor
Postal town: Please consult your solicitor
Country: Ireland 🇮🇪
Source: OJS 2020/S 147-361503 (2020-07-28)
Contract award notice (2020-12-02) Object Scope of the procurement
Total value of the procurement (excluding VAT): EUR 750 000 💰
Description
Description of the procurement:
“Dublin City Council manages approximately 140 ring buoys in Dublin. These ring buoys are located on the banks of the two canals, the three rivers (Liffey,...”
Description of the procurement
Dublin City Council manages approximately 140 ring buoys in Dublin. These ring buoys are located on the banks of the two canals, the three rivers (Liffey, Tolka and Dodder), in the Docklands area and in the Council beach areas. Unfortunately, approximately 15 of these ring buoys go missing/are stolen every week. This problem exists across all 31 local authorities’ areas in Ireland, 18 of which manage coastal water safety and all of which manage inland water safety. Across Ireland, hundreds of life buoys go missing every week, putting people’s lives at risk.
Dublin City Council's Water Safety Officer and Water Safety Ireland are jointly responsible for the monitoring and maintenance of the ring buoys in Dublin City. Inspectors visit each ring buoy location to checking the integrity of each ring buoy. This includes checking the ring buoy itself, its casing and the rope. All issues are manually recorded on a report sheet. The report sheets are brought back to the office, the issue is recorded and the report sheets are stored. New parts (ring buoys or rope) are ordered and deployed on the next visit to that location.
This process can delay the ring buoy replacement turnaround time. Each ring buoy costs approx. EUR 40. The need to replace approximately 600 ring buoys each year costs Dublin City Council in excess of EUR 20 000 and could potentially endanger lives. Due to health and safety issues, ring buoys cannot be re-distributed if they have been tampered with and many end up in landfill sites.
Based on the feedback from a prior information notice (PIN) published in December 2019, Dublin City Council now wishes to establish a framework agreement. It involves a two-phased approach alongside a PPI process to procure low cost, retro-fit end-to-end, IoT solutions to alert, monitor and report on ring buoy theft (the Services) across multiple site locations in the Dublin region. Please consult the appropriate documentation, which contains full instructions regarding the submission of tenders and is available to download from www.etenders.gov.ie using RFT ID 173634. Please see Annex 1 of the draft multi party framework agreement for a list of local authorities under the framework (the framework purchasers).
Show more Award criteria
Quality criterion (name): Addressing the challenge and future potential
Quality criterion (weighting): 2500
Quality criterion (name): Quality of the technical solution
Quality criterion (weighting): 2000
Quality criterion (name): Resources, proposed team skills and project management
Cost criterion (name): Ultimate cost
Cost criterion (weighting): 3500
Scope of the procurement
Information about European Union funds:
“The procurer benefits from assistance offered under the EAFIP-initiative (www.eafip.eu) which is supported by the European Commission Directorate-General...”
Information about European Union funds
The procurer benefits from assistance offered under the EAFIP-initiative (www.eafip.eu) which is supported by the European Commission Directorate-General Communications Networks, Content and Technology (DG CONNECT).
Procedure Information about framework agreement
The procurement involves the establishment of a framework agreement
Administrative information
Previous publication concerning this procedure: 2020/S 147-361503
Award of contract
1️⃣
Contract Number: 1
Title:
“Two-Phase Multi-Supplier Framework Agreement for Low Cost, Retro-fit, End-to-End, Internet of Things (IoT) Solutions to Alert, Monitor and Report on Ring Buoy Theft”
Title
Two-Phase Multi-Supplier Framework Agreement for Low Cost, Retro-fit, End-to-End, Internet of Things (IoT) Solutions to Alert, Monitor and Report on Ring Buoy Theft
Show more
Date of conclusion of the contract: 2020-12-01 📅
Information about tenders
Number of tenders received: 20
Number of tenders received by electronic means: 20
Name and address of the contractor
Name: Civic Integrated Solutions Ltd
National registration number: 6365998B
Postal address: Unit 74 Block 503, Rathcoole
Postal town: Dublin
Country: Ireland 🇮🇪
E-mail: neil@civic.ie📧
Region: Dublin🏙️
URL: http://www.civic.ie🌏
The contractor is an SME ✅ Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 750 000 💰
2️⃣
Contract Number: 2
Name and address of the contractor
Name: MSEMICON Teoranta
National registration number: IE6370299C
Postal address: L12 Greenogue Business Park, Rathcoole
Postal code: 24
E-mail: ciaran.obreartuin@msemicon.com📧
URL: http://www.msemicon.com🌏 Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 750 000 💰
3️⃣
Contract Number: 3
Name and address of the contractor
Name: RE:SURE Intelligence Ltd
National registration number: 9696369P
Postal address: A15 Kilcronagh Business Park
Postal town: Cookstown
Postal code: Tyrone
Country: United Kingdom 🇬🇧
E-mail: john.macmahon@resure.co📧
Region: ukn11 🏙️
URL: http://www.resure.co🌏 Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 750 000 💰
4️⃣
Contract Number: 4
Name and address of the contractor
Name: ZiggyTec Ltd
National registration number: 3551983BH
Postal address: Liffey Valley Trust, 1 North Wall Ave
Postal town: Dublin 1
Phone: +353 14433147📞
E-mail: kieran@ziggytec.com📧
URL: http://www.ziggytec.com🌏 Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 750 000 💰
Complementary information Additional information
“Please note that this project is subject to funding.
Please note that due to the current Covid-19 pandemic, facilitation of all meetings, site visits, and...”
Please note that this project is subject to funding.
Please note that due to the current Covid-19 pandemic, facilitation of all meetings, site visits, and clarification meetings, as well as assessments of sample products, etc. (as applicable) is severely impacted.
Where possible the contracting authority will put in place alternative arrangements such as on-line meetings, etc. Likewise, anticipated dates (closing date for receipt of clarifications or tender submissions) may change. Suppliers will be kept fully up to date at all stages through the eTenders messaging platform.
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 framework agreement is primarily for use by the Smart City Unit in the Chief Executive’s 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) All queries regarding this expression of interest/tender* must be directed to the messaging facility on www.etenders.gov.ie. RFT ID: 173634. 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 12.00 noon on 17 August 2020 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.
10) Submissions via www.etenders.gov.ie Tenderbox facility only.
11) Refer to document 'Additional Information’ available to download from www.etenders.gov.ie using RFT ID 173634 for further information.
Show more
Source: OJS 2020/S 238-588792 (2020-12-02)