Contract notice - utilities

Information

Published

Date of dispatch of this notice: 02/04/2019

Expire date: 07/05/2019

External Reference: 2019-258502

TED Reference: 2019/S 068-161004

Contract notice - utilities

Contract notice – utilities

Services

Directive 2014/25/EU

Section I: Contracting entity

I.1)

Name and addresses

Electricity Supply Board ( ESB )
N/A
2 Gateway
Dublin 3
East Wall Road
IE
Contact person: Donie Cahalane
Telephone: +353 17026157
Internet address(es):
Main address: http://www.esb.ie

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=144774&B=ETENDERS_SIMPLE
Additional information can be obtained from
the abovementioned address:  
Tenders or requests to participate must be submitted
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

Supply, Implementation and Support of a Cloud HCM Solution
Reference number:  SSCON4456
II.1.2)

Main CPV code

72000000  -  IT services: consulting, software development, Internet and support
II.1.3)

Type of contract

Services
II.1.4)

Short description

Electricity Supply Board (ESB) wishes to invite expression of interests from service providers to provide a Cloud Human Capital Management system (HCM). The contracting entity will be responsible and accountable for the Cloud Software services, Implementation services and ongoing support.
The contracting entity must provide a solution that has integration capabilities to an on premise SAP S/4 HANA system which caters for Finance Payroll (Ireland and UK), Time Management, Compensation and Core HR (Org management and personnel admin) functions
It is essential that the service providers have a proven track record delivering, implementing and supporting a major IT system
Please note, if the principal contractor is not the supplier of the product, ESB retains the right to have annual licence and maintenance contract directly with the product owner.
II.1.6)

Information about lots

This contract is divided into lots: no
II.2)

Description

II.2.2)

Additional CPV code(s)

72200000  -  Software programming and consultancy services
II.2.4)

Description of the procurement

The Contracting Entity intends to procure a Cloud Human Capital Management (HCM) Solution. ESB is in the process of migrating its’ current IT landscape which supports standard cross business unit processes such as Finance, Materials Management and Work Management functions from its existing SAP ECC 6.0 system to SAP S/4 HANA 1809.
However, some key Human Capital Management (HCM) business functions in future will be catered through a newly acquired Cloud HCM solution. The proposed timeline for the completed implementation of this solution (eventual Project Go-Live) will be Q4, 2020 and the delivery of this Cloud HCM solution will need to work closely with a parallel SAP S/4 HANA project.
To this end, the Contracting Entity intends to procure a Human Capital Management (HCM) Cloud Solution. It is proposed that the Contract will include services under the following headings:
Cloud Software Service – The provision of a reliable Cloud solution which caters for the suite of HCM modules outlined below. This service will include both the Cloud Software functionality itself as well as associated licensing requirements.
Implementation Services – The provision of services which will work closely with ESB’s internal HR business and IT teams to design and implement this Cloud Software service. This HCM solution must also integrate with ESB’s existing IT systems and infrastructure.
Ongoing Support Services – The provision of ongoing support for the Cloud software service as well as delivery of future innovations and improvements relating to the implemented suite of HCM modules.
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
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 firms 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:
ESB retains the option of extending the contract up to 24 months. Therefore the total contract period will be up to 5 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

Please refer to the individual instructions for submission
of
bids relevant to each tender issued via the system.

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 148710
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 148710
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 148710
III.1.6)

Deposits and guarantees required

Will be set out in the RFT.
III.1.7)

Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them

Will be set out 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 148710
III.2)

Conditions related to the contract

III.2.2)

Contract performance conditions

As stated in Procurement Qualification Questionnaire (PQQ) available to download from www.etenders.gov.ie using RFT ID 148710

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Negotiated procedure with prior call for competition
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:  30/04/2019
Local time:  12:00
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.3)

Additional information

1) It is our intention to use the Irish Government Procurement portal (www.etenders.gov.ie) for this competition. Access to this Portal is free of charge. Interested parties must formally register their expression of interest for this competition on eTenders before they can gain access to the PQQ documentation. All information relating to and including the pre-qualification documents, any clarifications and changes will be issued/published via this portal. 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 competent authorities.
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 the contract.
7) At its absolute discretion, the contracting entity may elect to terminate this procurement process, the contract awarded 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.
10) 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.
VI.4)

Procedures for review

VI.4.1)

Review body

Chief Registrar
Four Courts, Inns Quay
Dublin 7
IE
Telephone: +353 18886000
Internet address: http://www.courts.ie

VI.4.2)

Body responsible for mediation procedures

Not Applicable
Ireland
Ireland
IE

VI.4.4)

Service from which information about the review procedure may be obtained

Supplier's own legal advisor
Ireland
Ireland
IE