A Single Party Framework Agreement for the provision of a Housing Project Programme Management System including Support and Professional Services to manage housing delivery in line with the work stages, review and approval stages described in the main project processes in the guidance note โGN 2.2 Planning and Control of Capital Costsโ under the Capital Works Management Framework (CWMF) and adhering to the Department of Housing, Local Government and Heritage (DHPLG) and the Department of Public Expenditure and Reform (DPER) requirements.
Deadline
The time limit for receipt of tenders was 2021-12-17.
The procurement was published on 2021-11-11.
Suppliers
The following suppliers are mentioned in award decisions or other procurement documents:
Object Scope of the procurement
Title: The Provision of A Housing Project Programme Management System
DCC Housing PMS
Products/services: Software programming and consultancy services๐ฆ
Short description:
โA Single Party Framework Agreement for the provision of a Housing Project Programme Management System including Support and Professional Services to manage...โ
Short description
A Single Party Framework Agreement for the provision of a Housing Project Programme Management System including Support and Professional Services to manage housing delivery in line with the work stages, review and approval stages described in the main project processes in the guidance note โGN 2.2 Planning and Control of Capital Costsโ under the Capital Works Management Framework (CWMF) and adhering to the Department of Housing, Local Government and Heritage (DHPLG) and the Department of Public Expenditure and Reform (DPER) requirements.
Show more
Estimated value excluding VAT: EUR 500 000 ๐ฐ
A Single Party Framework Agreement for the provision of a Housing Project Programme Management System including Support and Professional Services to manage housing delivery in line with the work stages, review and approval stages described in the main project processes in the guidance note โGN 2.2 Planning and Control of Capital Costsโ under the Capital Works Management Framework (CWMF) and adhering to the Department of Housing, Local Government and Heritage (DHPLG) and the Department of Public Expenditure and Reform (DPER) requirements.
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 500 000 ๐ฐ
Duration of the contract, framework agreement or dynamic purchasing system
The time frame below is expressed in number of months.
Description
Duration: 48
Duration of the contract, framework agreement or dynamic purchasing system
This contract is subject to renewal โ Description
Description of renewals:
โThe Framework period will be for 4 years. Contracts awarded from the Framework will be for 3 years with the possibility of extending contracts by a further...โ
Description of renewals
The Framework period will be for 4 years. Contracts awarded from the Framework will be for 3 years with the possibility of extending contracts by a further 2 years (one year at a time, following satisfactory performance of the supplier) at the sole discretion of Dublin City Council.
Show more Information about options
Options โ
Description of options:
โThe Framework period will be for 4 years. Contracts awarded from the Framework will be for 3 years with the possibility of extending contracts by a further...โ
Description of options
The Framework period will be for 4 years. Contracts awarded from the Framework will be for 3 years with the possibility of extending contracts by a further 2 years (one year at a time, following satisfactory performance of the supplier) at the sole discretion of Dublin City Council.
Show more Description
Additional information:
โPlease consult the associated documentation which contains full instructions regarding the submission of tenders.โ
Legal, economic, financial and technical information Conditions for participation
List and brief description of conditions:
โFor further information please consult the associated documentation available to download from www.etenders.gov.ie using RFT ID 202260โ 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:
โFor further information please consult the associated documentation available to download from www.etenders.gov.ie using RFT ID 202260โ
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: 2021-12-17
12:00 ๐
Languages in which tenders or requests to participate may be submitted: English ๐ฃ๏ธ
Languages in which tenders or requests to participate may be submitted: Irish 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: 2021-12-17
12:00 ๐
Conditions for opening of tenders (place):
โThe date and time set out above for the opening of tenders is subject to change at the discretion of Dublin City Council.โ
Complementary information Information about recurrence
This is a recurrent procurement โ
Estimated timing for further notices to be published: 2026
Information about electronic workflows
Electronic payment will be used
Additional information
โ1. 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...โ
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 Acts.
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 Housing and Residential Services 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. Tenders may be submitted in English or in the Irish language.
8. All queries regarding this tender must be submitted through the etenders messaging facility, RFT ID 202260. 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 6th December 2021 at 12 noon 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.
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
Source: OJS 2021/S 222-585218 (2021-11-11)
Contract award notice (2022-11-07) Object Scope of the procurement
Total value of the procurement (excluding VAT): EUR 500 000 ๐ฐ
Award criteria
Quality criterion (name): System Functions
Quality criterion (weighting): 50
Quality criterion (name): GDPR&Security
Quality criterion (weighting): 6
Quality criterion (name): Implementation Support & Maintenance
Quality criterion (weighting): 9
Quality criterion (name): Training & Future development
Cost criterion (name): Ultimate cost
Cost criterion (weighting): 29%
Procedure Information about framework agreement
The procurement involves the establishment of a framework agreement
Administrative information
Previous publication concerning this procedure: 2021/S 222-585218
Award of contract
1๏ธโฃ
Contract Number: 1
Title: The Provision of A Housing Project Programme Management System
Date of conclusion of the contract: 2022-10-19 ๐
Information about tenders
Number of tenders received: 3
Number of tenders received by electronic means: 3
Name and address of the contractor
Name: GagaMuller Limited
National registration number: 3534205CH
Postal address: 29 Kingram Place
Postal town: Dublin
Postal code: D02YR89
Country: Ireland ๐ฎ๐ช
Phone: +353 858589000๐
E-mail: thomas.gillen@gagamuller.com๐ง
Region: Dublin๐๏ธ
URL: http://https://www.gagamuller.com/ ๐
The contractor is an SME โ Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 500 000 ๐ฐ
Source: OJS 2022/S 218-624144 (2022-11-07)