Back to tenders & grants page
Ireland-Dublin: Systems analysis and programming services Finance & Insurance Ireland-Dublin: Systems analysis and programming services
Receive Tenders like this by email

Ireland-Dublin: Systems analysis and programming services

Ireland-Dublin: Systems analysis and programming services has been closed on 16 May 2022. It no longer accepts any bids. For further information, you can contact the Electricity Supply Board ( ESB ) (N/A)

Bellow, you can find more information about this project: 

Location: Ireland

General information

Donor:

Electricity Supply Board ( ESB ) (N/A)

Industry:

Finance & Insurance

Status:

Closed

Timeline

Published:

15 Apr 2022

Deadline:

16 May 2022

Value:

Not available

Contacts

Name:

Martha Maher

Phone:

+353 860681415

+353 18886000

Description

Contract notice – utilities

Services

Legal Basis:
Directive 2014/25/EU

Section I: Contracting entity

I.1)Name and addresses
Official name: Electricity Supply Board ( ESB )
National registration number: N/A
Postal address: 27 Fitzwilliam Street Lower
Town: Dublin 2
NUTS code: IE Éire / Ireland
Postal code: D02KT92
Country: Ireland
Contact person: Martha Maher
E-mail: [email protected]
Telephone: +353 860681415
Internet address(es):
Main address: http://www.esb.ie
Address of the buyer profile: https://irl.eu-supply.com/ctm/Company/CompanyInformation/Index/377
I.3)Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=210952&B=ETENDERS_SIMPLE
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted electronically via: http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=210952&B=ETENDERS_SIMPLE
Tenders or requests to participate must be submitted to the abovementioned address
I.6)Main activity
Electricity

Section II: Object

II.1)Scope of the procurement
II.1.1)Title:

Digital Accessibility Compliance

Reference number: SSCON6349
II.1.2)Main CPV code
72240000 Systems analysis and programming services
II.1.3)Type of contract
Services
II.1.4)Short description:

ESB seeks to engage with a third-party provider who has expertise in the area of Digital Accessibility Compliance. The successful candidate will be required to work with ESB business on a number of new and developing digital products to ensure they are accessibility compliant.

II.1.5)Estimated total value
II.1.6)Information about lots
This contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)
72220000 Systems and technical consultancy services
72225000 System quality assurance assessment and review services
II.2.3)Place of performance
NUTS code: IE Éire / Ireland
II.2.4)Description of the procurement:

ESB seeks to engage with a third-party provider who has expertise in the area of Digital Accessibility Compliance. The successful candidate will be required to work with ESB business on a number of new and developing digital products to ensure they are accessibility compliant.

Under the 2020 EU Regulations, public sector bodies in Ireland are required to make their websites and mobile applications accessible by ensuring they meet the 4 principles of accessibility: Perceivable, Operable, Understandable and Robust (POUR principles). This is achieved in practice by designing, developing, testing and auditing websites and applications for conformance to the WCAG standard (level 2.1 and above).

II.2.5)Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: no
II.2.9)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:

Applicants will be assessed on the quality of their responses to the criteria

and rules outlined in the qualification questionnaire and at least the top

scoring 5 applicants will be invited to tender, subject to that number

qualifying.

II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: yes
Description of options:

At the date of issuing this PQQ it is envisaged that the Framework

Agreement will be for an initial duration of 3 years with an option to extend

by a further 2 years.

II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information

Section III: Legal, economic, financial and technical information

III.1)Conditions for participation
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:

As stated in Procurement Qualification Questionnaire (PQQ) available to download from www.etenders.gov.ie using RFT ID 211152

III.1.2)Economic and financial standing
List and brief description of selection criteria:

As stated in Procurement Qualification Questionnaire (PQQ) available to download from www.etenders.gov.ie using RFT ID 211152

III.1.3)Technical and professional ability
List and brief description of selection criteria:

As stated in Procurement Qualification Questionnaire (PQQ) available to download from www.etenders.gov.ie using RFT ID 211152

Minimum level(s) of standards possibly required:

As stated in Procurement Qualification Questionnaire (PQQ) available to

download from www.etenders.gov.ie using RFT ID 211152

III.1.4)Objective rules and criteria for participation
List and brief description of rules and criteria:

As stated in Procurement Qualification Questionnaire (PQQ) available to

download from www.etenders.gov.ie using RFT ID 211152

III.1.6)Deposits and guarantees required:

Will be specified in the RFT

III.1.7)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:

Will be specified in the RFT

III.1.8)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:

As stated in Procurement Qualification Questionnaire (PQQ) available to

download from www.etenders.gov.ie using RFT ID 211152

III.2)Conditions related to the contract
III.2.2)Contract performance conditions:

Will be specified in the RFT

Section IV: Procedure

IV.1)Description
IV.1.1)Type of procedure
Negotiated procedure with prior call for competition
IV.1.3)Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with a single operator
IV.1.8)Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: yes
IV.2)Administrative information
IV.2.2)Time limit for receipt of tenders or requests to participate
Date: 16/05/2022
Local time: 12:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4)Languages in which tenders or requests to participate may be submitted:
English

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3)Additional information:

1) Interested parties must register their interest on the eTenders website

(http://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 (http://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) This is the sole call for competition for this service.

3) The contracting entity will not be responsible for any costs, charges or

expenses incurred by candidates or tenderers.

4) Contract award will be subject to the approval of the competentauthorities.

5) It will be a condition of award that candidates are tax compliant.

6) If for any reason it is not possible to admit to the contract one or more of

the tenderers invited following the conclusion of this competitive process, or

having awarded a contract, the contracting entity reserves the right to invite

the next highest scoring tenderer to join the contract and/or deliver the

contract as appropriate to the circumstances pertaining to said contract.

7) At its absolute discretion, the contracting entity may elect to terminate

this procurement process at any time.

8) 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.

9) Without prejudice to the principle of equal treatment, the contracting

entity is not obliged to engage in a clarification process in respect of

questionnaires with missing or incomplete information. Therefore,

candidates are advised to ensure that they return fully completed

questionnaires in order to avoid the risk of elimination from the competition.

VI.4)Procedures for review
VI.4.1)Review body
Official name: Chief Registrar
Postal address: Four Courts, Inns Quay
Town: Dublin 7
Country: Ireland
Telephone: +353 18886000
Internet address: http://www.courts.ie
VI.5)Date of dispatch of this notice:
13/04/2022

http://ted.europa.eu/udl?uri=TED:NOTICE:205534-2022:TEXT:EN:HTML&src=0&tabId=2

Get free access to our Tenders & Grants Database

Our service is free of charge and will always be

Join Now

Donors

Find out more