DPC wish to procure a 3D digital mapping system of the Dublin Port estate and River Liffey fairway/channel to capture and reconstruct all land and marine geographic conditions including topography, bathymetric, all buildings, infrastructure, road and rail including marine related assets.
• the digital mapping solution must be cloud based and have capability to accept all relevant Li DAR dataset formats;
• capability through an API or similar to access and use relevant data from DPC systems such as PEMAC, Laser fiche, Engage EHS, etc;
• at all times the data entered and retained by the solution remains the property of DPC;
• the system should have the capability to permit multiple users and user rights;
• the solution needs to be scalable to cater for future requirements of the business;
• a system availability of at least 99 % should be required.
Deadline
The time limit for receipt of tenders was 2021-03-05.
The procurement was published on 2021-02-02.
Object Scope of the procurement
Title:
“Provision of a Digital Mapping Platform and related Services — Single Party Framework Agreement”
Products/services: Digital mapping services📦
Short description:
“DPC wish to procure a 3D digital mapping system of the Dublin Port estate and River Liffey fairway/channel to capture and reconstruct all land and marine...”
Short description
DPC wish to procure a 3D digital mapping system of the Dublin Port estate and River Liffey fairway/channel to capture and reconstruct all land and marine geographic conditions including topography, bathymetric, all buildings, infrastructure, road and rail including marine related assets.
• the digital mapping solution must be cloud based and have capability to accept all relevant Li DAR dataset formats;
• capability through an API or similar to access and use relevant data from DPC systems such as PEMAC, Laser fiche, Engage EHS, etc;
• at all times the data entered and retained by the solution remains the property of DPC;
• the system should have the capability to permit multiple users and user rights;
• the solution needs to be scalable to cater for future requirements of the business;
• a system availability of at least 99 % should be required.
Show more
Estimated value excluding VAT: EUR 500 000 💰
1️⃣
Additional products/services: Mapping software package📦
Additional products/services: Digital mapping system📦
Additional products/services: Mapping software development services📦
Place of performance: Dublin🏙️
Description of the procurement:
“DPC wish to procure a 3D digital mapping system of the Dublin Port estate and River Liffey fairway/channel to capture and reconstruct all land and marine...”
Description of the procurement
DPC wish to procure a 3D digital mapping system of the Dublin Port estate and River Liffey fairway/channel to capture and reconstruct all land and marine geographic conditions including topography, bathymetric, all buildings, infrastructure, road and rail including marine related assets.
• the digital mapping solution must be cloud based and have capability to accept all relevant Li DAR dataset formats;
• capability through an API or similar to access and use relevant data from DPC systems such as PEMAC, Laser fiche, Engage EHS, etc;
• at all times the data entered and retained by the solution remains the property of DPC;
• the system should have the capability to permit multiple users and user rights;
• the solution needs to be scalable to cater for future requirements of the business;
• a system availability of at least 99 % should be required.
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 400 000 💰
Duration of the contract, framework agreement or dynamic purchasing system
The time frame below is expressed in number of months.
Description
Duration: 60
Duration of the contract, framework agreement or dynamic purchasing system
This contract is subject to renewal ✅ Description
Description of renewals:
“The contracting entity reserves the right to extend the period of the framework agreement for a period of 3 years up to a maximum of one (1) such extension....”
Description of renewals
The contracting entity reserves the right to extend the period of the framework agreement for a period of 3 years up to a maximum of one (1) such extension. For the avoidance of doubt, the contracting entity confirms that the period of any contracts awarded under the framework agreement may extend beyond the date of expiry of the agreement
Show more Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
Objective criteria for choosing the limited number of candidates:
“As set out in the procurement documentation available to download from www.etenders.gov.ie using RFT ID 183321” Information about options
Options ✅
Description of options:
“The contracting entity reserves the right to extend the period of the framework agreement for a period of three years up to a maximum of one (1) such...”
Description of options
The contracting entity reserves the right to extend the period of the framework agreement for a period of three years up to a maximum of one (1) such extension.
In line with Directive 2014/24/EU – Article 72.2(ii) the Client reserves the right to extend the value of spend under the framework by ten percent (10 %) without recourse to any further competitive procedures, at its discretion.
Show more Description
Additional information:
“Please consult the associated documentation, which contains full instructions regarding the submission of tenders and is available to download from...”
Additional information
Please consult the associated documentation, which contains full instructions regarding the submission of tenders and is available to download from www.etenders.gov.ie using RFT ID 183321
Legal, economic, financial and technical information Conditions for participation
List and brief description of conditions: Please refer to tender documentation.
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 for participation
List and brief description of rules and criteria:
“As stated in the procurement documentation available to download from www.etenders.gov.ie using RFT ID 183321” Conditions related to the contract
Contract performance conditions: As stated in the procurement documentation.
Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
Procedure Type of procedure
Negotiated procedure with prior call for competition
Information about a framework agreement or a dynamic purchasing system
Framework agreement with a single operator
Information about reduction of the number of solutions or tenders during negotiation or dialogue
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated
Administrative information
Time limit for receipt of tenders or requests to participate: 2021-03-05
17:00 📅
Languages in which tenders or requests to participate may be submitted: English 🗣️
The time frame below is expressed in number of months.
Minimum time frame during which the tenderer must maintain the tender: 12
Complementary information Additional information
“1) Interested parties must register their interest on the eTenders web site (www.etenders.gov.ie) in order to be included on the mailing list for...”
1) Interested parties must register their interest on the eTenders web site (www.etenders.gov.ie) in order to be included on the mailing list for clarifications. 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. The contracting entity will not accept responsibility for information relayed (or not relayed) via third parties;
2) 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 and to respond electronically to the competition. There is a maximum upload limit of 2GB per document on etenders. Documents larger than this should be divided into smaller files prior to upload or zipped;
3) Should you experience difficulty when uploading documents please contact the eTenders Support Desk for technical assistance. Email etenders@eu-supply.com or Telephone: 353 (0) 21 243 92 77 (9 a.m. – 17.30 p.m. GMT);
4) All queries regarding this tender requirement or process must be submitted through the Irish Government Procurement Opportunities Portal www.etenders.gov.ie (RFT ID:183321) as a specific question. 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;
5) This is the sole call for competition for this framework;
6) The contracting entity will not be responsible for any costs, charges or expenses incurred by candidates or tenderers;
7) Contract award will be subject to the approval of the competent authorities;
8) It will be a condition of award that the successful tenderer is and remains tax compliant;
9) At its absolute discretion, the contracting entity may elect to terminate this procurement process, the framework agreement or any contract awarded under the framework agreement at any time;
10) 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;
11) Without prejudice to the principle of equal treatment, the contracting entity is not obliged to engage in a clarification process in respect of the procurement documents with missing or incomplete information. Therefore, respondents are advised to ensure that they return completed documentation in order to avoid the risk of elimination from the competition;
12) At section II.2.9) we have indicated that 5 will be invited to tender, please note that the contracting entity reserves the right to invite at least 5 subject to that number qualifying.
Show more Review body
Name: High Court
Postal address: Four Courts
Postal town: Dublin 7
Country: Ireland 🇮🇪
Phone: +353 18860000📞
E-mail: highcourtcentraloffice@courts.ie📧
URL: http://www.courts.ie🌏 Review procedure
Precise information on deadline(s) for review procedures: In accordance with the Remedies Directive and SI 131.
Service from which information about the review procedure may be obtained
Name: Consult a legal advisor
Postal town: Ireland
Country: Ireland 🇮🇪
Source: OJS 2021/S 025-062660 (2021-02-02)
Contract award notice (2022-01-14) Contracting authority Name and addresses
Postal address: Port Centre, Alexandra Rd, North Dock
Postal town: Dublin
Postal code: 1
Object Scope of the procurement
Title:
“Provision of a Digital Mapping Platform and related services - Single Party Framework Agrement”
Short description:
“DPC had a requirement to procure a 3D digital mapping system of the Dublin Port estate and River Liffey fairway/channel to capture and reconstruct all land...”
Short description
DPC had a requirement to procure a 3D digital mapping system of the Dublin Port estate and River Liffey fairway/channel to capture and reconstruct all land and marine geographic conditions including topography, bathymetric, all buildings, infrastructure, road and rail including marine related assets.
• The digital mapping solution must be cloud based and have capability to accept all relevant Li DAR dataset formats.
• Capability through an API or similar to access and use relevant data from DPC systems such as PEMAC, Laser fiche, Engage EHS etc.
• At all times the data entered and retained by the solution remains the property of DPC.
• The system should have the capability to permit multiple users and user rights
• The solution needs to be scalable to cater for future requirements of the business.
• A system availability of at least 99% should be required
Show more
Total value of the procurement (excluding VAT): EUR 500 000 💰
Description
Description of the procurement: As detailed in II.1.4
Award criteria
Quality criterion (name): Quality and Fitness for Purpose of proposed solution
Quality criterion (weighting): 40%
Quality criterion (name): Implementation Plan
Quality criterion (weighting): 10%
Quality criterion (name): Proposed Team
Quality criterion (name): Contract Management and Service Level Agreement
Cost criterion (name): Ultimate Cost
Cost criterion (weighting): 30%
Information about options
Description of options:
“The Contracting Entity reserves the right to extend the period of the framework agreement for a period of three years up to a maximum of one (1) such...”
Description of options
The Contracting Entity reserves the right to extend the period of the framework agreement for a period of three years up to a maximum of one (1) such extension.
In line with Directive 2014/24/EU – Article 72.2(ii) the Client reserves the right to extend the value of spend under the framework by ten percent (10%) without recourse to any further competitive procedures, at its discretion.
Show more Description
Additional information:
“Please consult the associated documentation, which is available to download from www.etenders.gov.ie using RFT ID 183321”
Procedure Information about framework agreement
The procurement involves the establishment of a framework agreement
Administrative information
Previous publication concerning this procedure: 2021/S 025-062660
Award of contract
1️⃣
Contract Number: 1
Title:
“Provision of a Digital Mapping Platform and related services - Single Party Framework Agrement”
Date of conclusion of the contract: 2021-11-01 📅
Complementary information Review body
Postal town: Dublin
Postal code: 7
Review procedure
Precise information on deadline(s) for review procedures: In accordance with the Remedies Directive and SI 131
Service from which information about the review procedure may be obtained
Postal town: Dublin
Source: OJS 2022/S 013-030841 (2022-01-14)