Contract notice

Information

Published

Date of dispatch of this notice: 02/06/2023

Expire date: 12/07/2023

External Reference: 2023-213032

TED Reference: 2023/S 108-338350

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
Dublin
IE
Contact person: Micheal O'Connor
Telephone: +353 16463692
NUTS code:  IE -  IRELAND
Internet address(es):
Main address: www.tii.ie

I.2)

Joint procurement

The contract is awarded by a central purchasing body
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=245061&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:  TII343
II.1.2)

Main CPV code

66171000  -  Financial consultancy services
II.1.3)

Type of contract

Services
II.1.4)

Short description

TII is seeking to engage an external service delivery partner to provide the services described below:
Scope Area / Workpackage 1: Corporate Support Services: This area covers the provision of general financial and advisory services to TII in accordance with best practice portfolio management and financial management / accountancy standards. It also includes the development of ESG Reporting.
Scope Area / Workpackage 2: Commercial Operations Support Services: This area covers the provision of financial management services to TII in line with best practice financial management standards relating to TII commercial operations.
Scope Area / Workpackage 3: Capital Programme Support Services: This area covers the provision of financial and advisory services in relation to the delivery of transport infrastructure projects in accordance with national and EU legislation, appraisal processes and Public Spending Code processes.
II.1.5)

Estimated total value

Value excluding VAT: 35000000.00  EUR
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

66172000  -  Financial transaction processing and clearing-house services
79212100  -  Financial auditing services
79412000  -  Financial management consultancy services
79418000  -  Procurement consultancy services
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
Main site or place of performance:  
Dublin 8
II.2.4)

Description of the procurement

TII is seeking to engage an external service delivery partner to provide the services described below:
Scope Area / Workpackage 1: Corporate Support Services: This area covers the provision of general financial and advisory services to TII in accordance with best practice portfolio management and financial management / accountancy standards. This includes matters such as, for example, accounting, tax regulations, information security, local authorities rates, levies, human resources and business process reviews / improvements, compliance, controls and assurance, organisational development and change management and knowledge management. It also includes the development of ESG Reporting including the provision of advice and services to evolve and align TII’s environmental, social, and governance (ESG) reporting with TII’s existing financial reporting in accordance with requirements of existing and emerging relevant EU and national law.
Scope Area / Workpackage 2: Commercial Operations Support Services: This area covers the provision of financial management services to TII in line with best practice financial management standards relating to TII commercial operations. This includes, for example, eFlow, Dublin Tunnel, Luas and Metrolink operations, PPP operations, Motorway Service Areas and alternative fuel charging facilities.
Scope Area / Workpackage 3: Capital Programme Support Services: This area covers the provision of financial and advisory services in relation to the delivery of transport infrastructure projects in accordance with national and EU legislation, appraisal processes and Public Spending Code processes. This may include roads, cycling, light rail and metro projects (e.g., including Luas extensions such as the Luas Finglas scheme) and ancillary transport infrastructure and facilities (e.g., alternative fuel charging infrastructure) which form part of TII’s existing and future capital delivery programmes.
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: 35000000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 84
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.1.2)

Economic and financial standing

List and brief description of selection criteria:  
See tender documents
III.1.3)

Technical and professional ability

List and brief description of selection criteria:  
See tender documents
III.2)

Conditions related to the contract

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:  12/07/2023
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

Duration in months : 6  (from the date stated for receipt of tender)
IV.2.7)

Conditions for opening of tenders

Date:  12/07/2023
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:  
7 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

Central Office of the High Court
Four Courts
Dublin 7
IE
Telephone: +353 18886511
Fax: +353 18886125
Internet address: http://www.courts.ie

VI.4.2)

Body responsible for mediation procedures

Central Office of the High Court
Four Courts
Dublin 7
IE
Telephone: +353 18886511
Fax: +353 18886125
Internet address: http://www.courts.ie