Contract award notice

Information

Published

Date of dispatch of this notice: 07/02/2022

External Reference: 2022-279566

TED Reference: 2022/S 030-077050

Contract award notice

Contract award notice

Results of the procurement procedure

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Health and Safety Authority
N/A
The Metropolitan Building
Dublin 1
James Joyce Street
IE
Contact person: Edel Smyth
Telephone: +353 16147000
NUTS code:  IE061 -  Dublin
Internet address(es):
Main address: www.hsa.ie

I.4)

Type of the contracting authority

Body governed by public law
I.5)

Main activity

General public services

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

The Provision of a Regulatory and Case Management Platform and Associated Services for the Health and Safety Authority (1)
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

The Contracting Authority proposes to engage in a competitive process for the establishment of a single-party framework agreement for the provision of a Regulatory and Case Management Platform and Associated Services to the Health & Safety Authority.
II.1.6)

Information about lots

This contract is divided into lots: no
II.1.7)

Total value of the procurement

Value excluding VAT:  4478245.00  EUR
II.2)

Description

II.2.2)

Additional CPV code(s)

72200000  -  Software programming and consultancy services
72300000  -  Data services
II.2.3)

Place of performance

NUTS code:  IE061 -  Dublin
Main site or place of performance:  
Dublin 1
II.2.4)

Description of the procurement

The Contracting Authority has engaged in a competitive process for the establishment of a single-party framework agreement for the provision of a Regulatory and Case Management Platform and Associated Services to the Health & Safety Authority. In 2018, the Authority launched a four-year ICT strategy (2019 – 2022) as part of its commitment to align ICT with business needs. The ICT strategy identified a number of key initiatives, with the highest priority initiative identified as a business transformation programme focusing on optimising and challenging existing work practices and processes to support core regulatory and business operations. The Authority wants to introduce new ways of working, to challenge and change how we deliver our mandate, considering both the processes, which are in place today and those that may be required in the future. The technology solution sought under this competition will underpin and support these goals. There are a number of existing technology solutions in use today in the Authority, the core compliance and enforcement business application, GeoSmart, no longer meets the needs of the organization and a new technology solution is being sought from the market under this competition.
The new platform will support the Authority in realising its business goals and objectives as outlined in section 5 of the attached PQQ.
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Functional Requirements  /  Weighting:  30
Quality criterion  -  Name:  Technical Requirements  /  Weighting:  25
Quality criterion  -  Name:  Project Management and Delivery  /  Weighting:  15
Quality criterion  -  Name:  Service Support  /  Weighting:  10
Cost criterion  -  Name:  Cost  /  Weighting:  20
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.2.14)

Additional information

Please consult the associated documentation, which contains full instructions regarding the submission of applications.

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Competitive procedure with negotiation
IV.1.3)

Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement
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 026-064432
IV.2.9)

Information about termination of call for competition in the form of a prior information notice

The contracting authority will not award any further contracts based on the above prior information notice

Section V: Award of contract

Contract No: 1

Title: The Provision of a Regulatory and Case Management Platform and Associated Services for the Health and Safety Authority

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

02/12/2021
V.2.2)

Information about tenders

Number of tenders received:  5
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

Codec-dss
Hyde House, Adelaide Road, Dublin 2
Dublin
IE
NUTS code:  IE -  IRELAND

The contractor is an SME : no
V.2.4)

Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot:  4478245.00  EUR

Section VI: Complementary information

VI.3)

Additional information

1) Interested parties must register their interest on the eTenders web site (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 (www.etenders.gov.ie) only. Registration is free of charge. The contracting authority will not accept responsibility for information relayed (or not relayed) via third parties;
2) 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 and to respond electronically to the competition. There is a maximum upload limit of 2GB per document on etenders. Documents larger than this should be divided into smaller files prior to upload or zipped.
3) Should you experience difficulty when uploading documents please contact the eTenders Support Desk for technical assistance. Email etenders@eu-supply.com or Telephone: 353 (0) 21 243 92 77 (09:00am – 17:30pm GMT)
4) All queries regarding this tender requirement or process must be submitted through the Irish Government Procurement Opportunities Portal www.etenders.gov.ie (RFT ID:183982) as a specific question. Responses will be circulated to those tenderers that have registered an interest in this notice on www.etenders.gov.ie The details of the person making a query will not be disclosed when circulating the response
5) This is the sole call for competition for this contract/framework.
6) The contracting authority will not be responsible for any costs, charges or expenses incurred by candidates or tenderers.
7) Contract award will be subject to the approval of the competent authorities.
8) It will be a condition of award that the successful tenderer is and remains tax compliant.
9) At its absolute discretion, the contracting authority may elect to terminate this procurement process, the framework agreement or any contract awarded under the framework agreement at any time.
10) 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.
11) Without prejudice to the principle of equal treatment, the contracting authority is not obliged to engage in a clarification process in respect of the procurement documents with missing or incomplete information. Therefore, respondents are advised to ensure that they return completed documentation in order to avoid the risk of elimination from the competition.
VI.4)

Procedures for review

VI.4.1)

Review body

High Court
Inns Quay
Dublin
7
IE

VI.4.3)

Review procedure

Precise information on deadline(s) for review procedures: 
The contract/framework is covered by the Remedies Directive and the relevant standstill period applied at time of notification.