The introduction of hand-held devices with barcoding and RFIDs to facilitate processes to be completed in Dublin City Councilโs network of Stores, and the ongoing support and development of same
This will initially be introduced in the new North City Operations Depot (NCOD). These new devices and the underlying software must integrate with the Purchasing and Inventory modules of Oracle eBusiness Suite Version 12.2.5. The use of handhelds may be extended in other locations within the network of stores. The framework will also cover the ongoing support of the hand-helds, their underlying software and any required development work beyond the initial configuration and integration.
Deadline
The time limit for receipt of tenders was 2022-05-27.
The procurement was published on 2022-04-22.
Suppliers
The following suppliers are mentioned in award decisions or other procurement documents:
Object Scope of the procurement
Title:
โThe introduction of hand-held devices with barcoding and RFIDs to facilitate processes to be completed in Dublin City Councilโs network of Stores, and the...โ
Title
The introduction of hand-held devices with barcoding and RFIDs to facilitate processes to be completed in Dublin City Councilโs network of Stores, and the ongoing support and development of same.
Inventory Barcoding-Scanning
Show more
Products/services: Barcode readers๐ฆ
Short description:
โThis will initially be introduced in the new North City Operations Depot (NCOD). These new devices and the underlying software must integrate with the...โ
Short description
This will initially be introduced in the new North City Operations Depot (NCOD). These new devices and the underlying software must integrate with the Purchasing and Inventory modules of Oracle eBusiness Suite Version 12.2.5. The use of handhelds may be extended in other locations within the network of stores. The framework will also cover the ongoing support of the hand-helds, their underlying software and any required development work beyond the initial configuration and integration.
Show more
Estimated value excluding VAT: EUR 750 000 ๐ฐ
This will initially be introduced in the new North City Operations Depot (NCOD). These new devices and the underlying software must integrate with the Purchasing and Inventory modules of Oracle eBusiness Suite Version 12.2.5. The use of handhelds may be extended in other locations within the network of stores. The framework will also cover the ongoing support of the hand-helds, their underlying software and any required development work beyond the initial configuration and integration. The framework period will be for four years. However, contracts may be awarded which extend beyond the lifetime of the Framework. An initial contract will be awarded for a period of two years with an option to extend for four further periods of 12 months, at the sole discretion of Dublin City Council.
The successful tenderer will work closely with DCCโs own Stores / Inventory team and IS Department Technical Support staff. While DCCโs IS Department will have responsibility for First Line support, it is envisaged that there may be overlap at times between the two roles.
In the case of a major incident e.g. a service outage, a one-hour response time is required. This time is calculated from the time the call is logged. It might also be required for a technical resource to come on site to assist with the resolution of the problem. The decision on whether an on-site resource is required will remain with DCC. The resource must be made available within four hours. Please refer to Section 2.3 of this document for a description of DCCโs support call classifications.
Additional contracts may be required for expanding the use of the hand-helds, including the underlying software, beyond the new NCOD into existing Stores locations. This would include, but not limited to, purchase of additional hand-helds, additional user-licenses, draw down on development hours, draw down on support hours etc.
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 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 four years. However, contracts may be awarded which extend beyond the lifetime of the Framework. An initial contract will...โ
Description of renewals
The framework period will be for four years. However, contracts may be awarded which extend beyond the lifetime of the Framework. An initial contract will be awarded for a period of two years with an option to extend for four further periods of 12 months, at the sole discretion of Dublin City Council.
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
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: 2022-05-27
17:00 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: 2022-05-27
17:00 ๐
Conditions for opening of tenders (Information about authorised persons and opening procedure):
โPlease note that the time an date set out above may be subject to change at the discretion of Dublin City Council.โ
Complementary information Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
Additional information
โDublin 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...โ
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.
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.
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.
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.
All queries regarding this tender must be directed to the messaging facility on www.etenders.gov.ie. RFT ID: 212312. 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 1pm on 17th May 2022 to enable issue of responses to all interested parties.
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 consult your Solicitor
Postal town: N/a
Country: Ireland ๐ฎ๐ช Service from which information about the review procedure may be obtained
Name: Please consult your Solicitor
Postal town: N/a
Country: Ireland ๐ฎ๐ช
Source: OJS 2022/S 082-220407 (2022-04-22)
Contract award notice (2022-08-03) Object Scope of the procurement
Total value of the procurement (excluding VAT): EUR 750 000 ๐ฐ
Award criteria
Quality criterion (name): Achieving Business Requirements
Quality criterion (weighting): 37
Quality criterion (name): Implementation and Integration and Device Security
Quality criterion (weighting): 28
Quality criterion (name): Service Delivery, Ongoing Security and Team Resources
Quality criterion (weighting): 16
Cost criterion (name): Cost
Cost criterion (weighting): 19
Information about options
Options โ
Description of options: 2 years, with the option of extending for a further 4.
Procedure Information about framework agreement
The procurement involves the establishment of a framework agreement
Administrative information
Previous publication concerning this procedure: 2022/S 082-220407
Award of contract
1๏ธโฃ
Contract Number: 1
Title:
โThe introduction of hand-held devices with barcoding and RFIDs to facilitate processes to be completed in Dublin City Councilโs network of Stores, and the...โ
Title
The introduction of hand-held devices with barcoding and RFIDs to facilitate processes to be completed in Dublin City Councilโs network of Stores, and the ongoing support and development of same.
Show more
Date of conclusion of the contract: 2022-08-01 ๐
Information about tenders
Number of tenders received: 4
Number of tenders received by electronic means: 4
Name and address of the contractor
Name: Fujitsu (Ireland) Limited
National registration number: 9710451V
Postal address: Fujitsu House, Unit 100 Airside Business Park, Swo
Postal town: Swords
Postal code: Co Dublin
Country: Ireland ๐ฎ๐ช
Phone: +353 18136000๐
E-mail: roibidteam@fujitsu.com๐ง
Fax: +353 18136100 ๐
Region: Dublin๐๏ธ
URL: http://www.fujitsu.com/ie๐
The contractor is an SME
Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 750 000 ๐ฐ
Source: OJS 2022/S 151-432125 (2022-08-03)