Contract notice

Information

Published

Date of dispatch of this notice: 09/11/2021

Expire date: 20/12/2021

External Reference: 2021-220474

TED Reference: 2021/S 220-579014

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

National Transport Authority
N/A
Dun Sceine, Harcourt Lane, Iveagh Court
Dublin
D02 WT20
IE
Contact person: Russell Stokes
Telephone: +353 18798300
NUTS code:  IE -  IRELAND
Internet address(es):
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=201616&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

National or federal agency/office
I.5)

Main activity

Other activity:  Transport

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Provision, Implementation, Maintenance and Support of a Financial Management Solution
II.1.2)

Main CPV code

72212451  -  Enterprise resource planning software development services
II.1.3)

Type of contract

Services
II.1.4)

Short description

The NTA intends to appoint a Service Provider for the full scope of the provision, implementation, maintenance and support of a financial management solution.
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

48440000  -  Financial analysis and accounting software package
72212451  -  Enterprise resource planning software development services
72212440  -  Financial analysis and accounting software development services
72253000  -  Helpdesk and support services
48442000  -  Financial systems software package
48451000  -  Enterprise resource planning software package
72220000  -  Systems and technical consultancy services
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
II.2.4)

Description of the procurement

The finance unit within the National Transport Authority (NTA) has responsibility for financial accounts, management reporting, procurement, grant management, accounts receivable, accounts payable, external/internal audit, risk management and corporate governance.
The next phase of the NTA’s growth is intrinsically linked to Project Ireland 2040 and the NTA’s Bus Connects Programme which incorporates Next Generation Ticketing (NGT). To support this growth the NTA has concluded that, in a phased manner, the current existing finance system should be replaced with a modern Solution which will enable process improvement resulting in greater efficiencies. The NTA intends to appoint a Service Provider for the full scope of the provision, implementation, maintenance and support of the solution.
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: yes
Description of renewals:  
The expected duration of the Contract is for 3 years, with options to extend further for a maximum of three 12 months periods (3+1+1+1).
The extension of the Contract will be dependent on service requirements, performance and continued funding availability, and will be at the sole discretion of the Authority.
II.2.9)

Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 5
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.1.2)

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

III.2.2)

Contract performance conditions

See procurement documents

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Restricted procedure
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: 2021/S 084-213917
IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  13/12/2021
Local time:  17:00
IV.2.3)

Estimated date of dispatch of invitations to tender or to participate to selected candidates

Date: 28/02/2022
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

Duration in months : 12  (from the date stated for receipt of tender)

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

The contracting authority will not be responsible for any costs, charges or expenses incurred by tenderers relating to this contract award procedure irrespective of the outcome of the competition, or if the competition is postponed or cancelled. All costs incurred by interested parties in participating in this competition must be borne by them.
Any contract award will be subject to a number of preconditions, including production of a current tax clearance certificate or tax clearance statement from the Revenue Commissioners in Ireland. The contracting authority may terminate this competition (or any part thereof), change the basis of and the procedures for the bidding process, at any time, or procure the project by alternative means if it appears that the project can thereby be more advantageously procured. The most economically advantageous or any tender will not automatically be accepted.
Refer to procurement documents for further information.
VI.4)

Procedures for review

VI.4.1)

Review body

High Court of Ireland
Four Courts, Ground Floor (East Wing), Inns Quay
Dublin
D7
IE
Telephone: +353 18886000
Internet address: www.courts.ie

VI.4.3)

Review procedure

Precise information on deadline(s) for review procedures: 
As set out in S.I. No. 130/2010 - European Communities (Public Authorities' Contracts)(Review Procedures) Regulations 2010.