Contract notice

Information

Published

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

Expire date: 30/05/2019

External Reference: 2019-214151

TED Reference: 2019/S 070-165447

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Transport Infrastructure Ireland (TII)
9510201H
Parkgate Business Centre, Parkgate Street
Dublin, D08 DK10
Dublin
IE
Contact person: Micheal O'Connor
Telephone: +353 16463692
Internet address(es):
Main address: www.tii.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=145008&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.4)

Type of the contracting authority

Body governed by public law
I.5)

Main activity

Other activity:  Roads, Metro and Light Rail

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Financial Management and Advisory Services
Reference number:  TII175
II.1.2)

Main CPV code

79412000  -  Financial management consultancy services
II.1.3)

Type of contract

Services
II.1.4)

Short description

TII is seeking to engage external service delivery partners by way of a Framework Agreement to provide the services described below:
Lot 1: Financial Management & Reporting Services
This Lot covers the provision of financial management services to TII, relating to its commercial operations – eFlow, Dublin Tunnel, Motorway Service Areas, Luas and PPP operations.
Lot 2: General Financial Services
This Lot covers the provision of general financial and advisory services to TII (including, but not limited to, matters such accounting, tax, regulation, rates, HR and business process reviews/improvements, assurance, outsourcing, knowledge management).
It is anticipated that the Framework Agreements for Lots 1 & 2 will be awarded in Quarter 3 2019, for a period of 36 months, with an option to extend both agreements by a further 12 months. It is esimated that the spend per year will be €1m for Lot 1 and €1m for Lot 2.
II.1.5)

Estimated total value

Value excluding VAT: 8000000.00  EUR
II.1.6)

Information about lots

This contract is divided into lots: yes
Tenders may be submitted for  all lots
II.2)

Description

II.2.1)

Title

Lot 1 - Financial Management & Reporting Services
Lot No:  1
II.2.2)

Additional CPV code(s)

66170000  -  Financial consultancy, financial transaction processing and clearing-house services
66171000  -  Financial consultancy services
79212100  -  Financial auditing services
II.2.3)

Place of performance

Main site or place of performance:  
Dublin 8
II.2.4)

Description of the procurement

The Authority is responsible for the management and monitoring of several commercial operations: ‘Roads’ (predominately tolling) and ‘Light Rail’. The Authority is seeking to procure an external financial service provider to:
- perform a monitoring and oversight role with regard to the financial elements (incorporating assurance, internal control, reconciliation and reporting) of the ‘Roads’ related commercial operations. This role is currently performed in-house for ‘Light Rail’ and this is expected to continue.
- provide financial management services relating to all the Authority’s commercial operations (Roads and Light Rail), to be provided on an ad-hoc basis.
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

Value excluding VAT: 4000000.00  EUR
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.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: no
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)

Description

II.2.1)

Title

Lot 2 - General Financial Services
Lot No:  2
II.2.2)

Additional CPV code(s)

66170000  -  Financial consultancy, financial transaction processing and clearing-house services
66171000  -  Financial consultancy services
79212100  -  Financial auditing services
II.2.3)

Place of performance

Main site or place of performance:  
Dublin 8
II.2.4)

Description of the procurement

The Authority is seeking to procure an external financial service provider to provide general financial services and advice across all of its activities and includes but is not limited to the areas of Finance, Taxation, HR, Compliance and Knowledge Management.
Tenderers should note that audit services and pension actuarial advice are not included in this tender competition.
In addition, Tenderers should note that the Authority may procure some financial services regarding MetroLink as required through a separate procurement competition. This will be at a later date. There may be elements of general advice/assistance regarding MetroLink required under this Lot 2 Framework Agreement however it is envisaged that any substantial work would be sought under the separate MetroLink financial advisory arrangements.
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

Value excluding VAT: 4000000.00  EUR
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.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: no
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no

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:  Selection criteria as stated in the procurement documents
III.1.2)

Economic and financial standing

Selection criteria as stated in the procurement documents
III.1.3)

Technical and professional ability

Selection criteria as stated in the procurement documents
III.2)

Conditions related to the contract

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Open procedure
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.2.1)

Previous publication concerning this procedure

Notice number in the OJ S: 2019/S 035-078741
IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  30/05/2019
Local time:  12:00
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English
IV.2.6)

Minimum time frame during which the tenderer must maintain the tender

Tender must be valid until:  14/11/2019
IV.2.7)

Conditions for opening of tenders

Date:  30/05/2019
Local time:  12:00

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  yes
Estimated timing for further notices to be published:  
4 years
VI.3)

Additional information

TII are not liable for Tenderers' costs arising in connection with the competition, irrespective of the outcome of the competition, nor if the competition is cancelled or postponed.
TII have the right at any time and without notice to:
(i) terminate the competition (or part of it);
(ii) change the competition’s basis or procedures;
(iii) procure the contract by other means,
(iv) negotiate with one or more parties at any time;
(v) reject any, or all, of the applications/tenders;
(vi) not furnish a tenderer with additional information
or to do any combination of the foregoing or anything else deemed appropriate. In no instance will TII be required to give any reason for any alteration or termination of the process.
- If any past or future contracts or other documents are summarised or described in this document, or in other information given to tenderers, the summary or description must not be taken as comprehensive, or as a substitute for reading the contract or other document itself when it becomes available.
- Award of contracts will be subject to the approval of the competent authorities.
- Award of Contracts may be subject to successful interview.
- Tenderers are advised that TII are subject to the Freedom of Information Acts 1997 and 2003 (as amended). If a candidate considers that any information supplied as part of this procurement procedure should not be disclosed because of its commercial sensitivity, confidentiality or otherwise, they must, when providing this information, clearly identify the specific information they do not wish to be disclosed and clearly specify the reasons for its sensitivity. Please note, it is not sufficient to include a statement of confidentiality encompassing all the information provided in the response.
VI.4)

Procedures for review

VI.4.1)

Review body

High Court of Ireland
Four Courts
Dublin
D7
IE
Internet address: www.courts.ie