Contract notice

Information

Published

Date of dispatch of this notice: 15/03/2022

Expire date: 28/04/2022

External Reference: 2022-251747

TED Reference: 2022/S 055-143278

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

National Transport Authority
N/A
Dun Sceine, Iveagh Court, Harcourt Lane
Dublin
D02WT20
IE
Contact person: Paul Curran
Telephone: +353 18798300
Fax: +353 18798333
NUTS code:  IE061 -  Dublin
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=209749&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 of an Enterprise Risk Management System
II.1.2)

Main CPV code

72212440  -  Financial analysis and accounting software development services
II.1.3)

Type of contract

Services
II.1.4)

Short description

The Authority is seeking to appoint a service provider to provide a Software-as-a-Service (“SaaS”) based Enterprise Risk Management System (ERMS) to support the Authority Risk Function to meet its strategic objectives, which include: • embedding a robust risk framework to ensure risks associated with the wider Authority • strategy are understood and actively managed; • delivering high-value, insightful and relevant risk reporting to stakeholders; and • enhancing knowledge of risk management best practice across the Authority by engaging with, educating and supporting the businesses to provide clarity and understanding of risk management.
II.1.5)

Estimated total value

Value excluding VAT: 510000.00  EUR
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

48000000  -  Software package and information systems
48100000  -  Industry specific software package
48170000  -  Compliance software package
48422000  -  Software package suites
48440000  -  Financial analysis and accounting software package
48442000  -  Financial systems software package
48517000  -  IT software package
72000000  -  IT services: consulting, software development, Internet and support
72200000  -  Software programming and consultancy services
72212440  -  Financial analysis and accounting software development services
72212441  -  Financial analysis software development services
72212442  -  Financial systems software development services
72212443  -  Accounting software development services
II.2.3)

Place of performance

NUTS code:  IE061 -  Dublin
II.2.4)

Description of the procurement

The Authority is seeking to appoint a service provider to provide a Software-as-a-Service (“SaaS”) based Enterprise Risk Management System (ERMS) to support the Authority Risk Function to meet its strategic objectives, which include: • embedding a robust risk framework to ensure risks associated with the wider Authority • strategy are understood and actively managed; • delivering high-value, insightful and relevant risk reporting to stakeholders; and • enhancing knowledge of risk management best practice across the Authority by engaging with, educating and supporting the businesses to provide clarity and understanding of risk management.
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: 510000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 72
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:  As set out in the Tender 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

III.2.2)

Contract performance conditions

As set out in the Tender Documents

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Open 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.2.2)

Time limit for receipt of tenders or requests to participate

Date:  21/04/2022
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:  21/07/2022
IV.2.7)

Conditions for opening of tenders

Date:  21/04/2022
Local time:  12:00

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 NTA will not be responsible for any costs, charges or expenses incurred by candidates or tenderers relating to any of the contract award procedures irrespective of the outcome the competition, or if the competition is postponed or cancelled.
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), or change the basis of, and the procedures for, the bidding process, at any time, or procure the services by alternative means if it appears that the services can thereby be more advantageously procured. The most economically advantageous or any tender will not automatically be accepted.
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
Fax: +353 18886125
Internet address: https://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 (Award of Public Sector Contracts) (Review Procedures) Regulations 2010 (in particular Regulation 7 thereof).