NUI Galway is embarking on this tender process to identify from the market an Academic Year Scheduling, Timetabling and Space Booking Solution to meet current and future business needs ensuring we maximise the benefits of technological advances. The new solution delivered will need to be future proofed to support all changes and innovation in the students experience at NUI Galway.
Deadline
The time limit for receipt of tenders was 2021-09-23.
The procurement was published on 2021-08-23.
Suppliers
The following suppliers are mentioned in award decisions or other procurement documents:
Object Scope of the procurement
Title:
โTender for the Provision and Support of an Academic Year Scheduling, Timetabling and Space Booking Solution
ISS1296/2021โ
Products/services: Scheduling software development services๐ฆ
Short description:
โNUI Galway is embarking on this tender process to identify from the market an Academic Year Scheduling, Timetabling and Space Booking Solution to meet...โ
Short description
NUI Galway is embarking on this tender process to identify from the market an Academic Year Scheduling, Timetabling and Space Booking Solution to meet current and future business needs ensuring we maximise the benefits of technological advances. The new solution delivered will need to be future proofed to support all changes and innovation in the students experience at NUI Galway.
Show more
Estimated value excluding VAT: EUR 200 000 ๐ฐ
NUI Galway is embarking on this tender process to identify from the market an Academic Year Scheduling, Timetabling and Space Booking Solution to meet current and future business needs ensuring we maximise the benefits of technological advances. The new solution delivered will need to be future proofed to support all changes and innovation in the students experience at NUI Galway.
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 200 000 ๐ฐ
Duration of the contract, framework agreement or dynamic purchasing system
The time frame below is expressed in number of months.
Description
Duration: 48
Additional information:
โPlease consult the associated documentation, which contains full instructions regarding the submission of tenders and is available to download from...โ
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 197142.
Legal, economic, financial and technical information Conditions for participation
List and brief description of conditions:
โAs stated in procurement documents available to download from www.etenders.gov.ie using RFT ID 197142.โ Economic and financial standing
List and brief description of selection criteria:
โAs stated in procurement documents available to download from www.etenders.gov.ie using RFT ID 197142.โ Technical and professional ability
List and brief description of selection criteria:
โAs stated in procurement documents available to download from www.etenders.gov.ie using RFT ID 197142.โ Conditions related to the contract
Contract performance conditions:
โAs stated in procurement documents available to download from www.etenders.gov.ie using RFT ID 197142.โ 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
Open procedure
Information about a framework agreement or a dynamic purchasing system
Framework agreement with a single operator
Administrative information
Time limit for receipt of tenders or requests to participate: 2021-09-23
12:00 ๐
Languages in which tenders or requests to participate may be submitted: English ๐ฃ๏ธ
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: 2021-09-23
12:30 ๐
Conditions for opening of tenders (place): Remotely, as a result of Covid restrictions.
Conditions for opening of tenders (Information about authorised persons and opening procedure): Two members of the Procurement/ Procurement Support team.
Complementary information Additional information
โ1) 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...โ
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 authority 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 (09:00am โ 17:30pm 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:145645) 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 contract/framework.
6) The contracting authority 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 authority 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 authority 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.
Show more Review body
Name: High Court
Postal address: Inns Quay
Postal town: Dublin
Country: Ireland ๐ฎ๐ช
Phone: +353 18886000๐
E-mail: highcourtcentraloffice@courts.ie๐ง
URL: www.courts.ie๐ Review procedure
Precise information on deadline(s) for review procedures:
โThe contract / framework is covered by the application of the Remedies Directive and the relevant standstill period applied at time of notification.โ Service from which information about the review procedure may be obtained
Name: Consult a legal advisor.
Postal town: Dublin
Country: Ireland ๐ฎ๐ช
Source: OJS 2021/S 166-434566 (2021-08-23)
Contract award notice (2022-09-27) Object Scope of the procurement
Short description:
โNUI Galway wished to identify from the market an Academic Year Scheduling, Timetabling and Space Booking Solution to meet current and future business needs...โ
Short description
NUI Galway wished to identify from the market an Academic Year Scheduling, Timetabling and Space Booking Solution to meet current and future business needs ensuring they maximise the benefits of technological advances. The new solution delivered was required to be proofed to support all changes and innovation in the students experience at NUI Galway.
Show more
Total value of the procurement (excluding VAT): EUR 2 000 000 ๐ฐ
Description
Description of the procurement: See Section II.1.4.
Award criteria
Quality criterion (name): Fitness for Purpose and Methodology for Solution Delivery
Quality criterion (weighting): 35%
Quality criterion (name): Project Plan for Solution Implementation
Quality criterion (weighting): 10%
Quality criterion (name): Project and Contract Management
Quality criterion (name): Technical Merit of the Team Proposed / Resource Allocation
Quality criterion (weighting): 5%
Quality criterion (name): Reliability and Continuity of Supply
Cost criterion (name): Ultimate Cost
Cost criterion (weighting): 35%
Procedure Information about framework agreement
The procurement involves the establishment of a framework agreement
Administrative information
Previous publication concerning this procedure: 2021/S 166-434566
Award of contract
1๏ธโฃ
Contract Number: 1
Title:
โTender for the Provision and Support of an Academic Year Scheduling, Timetabling and Space Booking Solutionโ
Date of conclusion of the contract: 2022-07-25 ๐
Information about tenders
Number of tenders received: 2
Number of tenders received from SMEs: 2
Number of tenders received from tenderers from other EU Member States: 1
Number of tenders received from tenderers from non-EU Member States: 1
Number of tenders received by electronic means: 2
Name and address of the contractor
Name: Scientia Limited
Postal address: CPC 4 Caprital Park Fulbourn
Postal town: Cambridge
Postal code: CB21 5XE
Country: United Kingdom ๐ฌ๐ง
Region: United Kingdom ๐๏ธ
The contractor is an SME โ Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 2 000 000 ๐ฐ
Complementary information Review body
Postal code: 7
Source: OJS 2022/S 189-535499 (2022-09-27)