Contract notice

Information

Published

Date of dispatch of this notice: 17/04/2019

Expire date: 24/05/2019

External Reference: 2019-225657

TED Reference: 2019/S 078-187065

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
D02 WT20
IE
Contact person: David Rice
Telephone: +353 18798300
Fax: +353 18798333
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=145804&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

Request for Tenders Professional Services for Unit4 Business World
II.1.2)

Main CPV code

48442000  -  Financial systems software package
II.1.3)

Type of contract

Services
II.1.4)

Short description

To support the National Transport Authority’s financial management requirements, the Authority utilises an application called ‘Unit4 Business World’, previously known as ‘Agresso’. For operational reasons, the Authority currently utilises three largely independent instances of the application, as follows:
• Corporate
• Leap Card Scheme
• Tendered Bus Services
The Authority aims to return all application instances to fully supported software by, where applicable, upgrading the existing functionality.
The Authority intends to adopt enhanced functionality, facilitating increased operational effectiveness and a better user experience.
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
48400000  -  Business transaction and personal business software package
48440000  -  Financial analysis and accounting software package
48441000  -  Financial analysis software package
48443000  -  Accounting software package
48444000  -  Accounting system
48444100  -  Billing system
48812000  -  Financial information systems
72250000  -  System and support services
II.2.4)

Description of the procurement

To support the National Transport Authority’s financial management requirements, the Authority utilises an application called ‘Unit4 Business World’, previously known as ‘Agresso’. For operational reasons, the Authority currently utilises three largely independent instances of the application, as follows:
• Corporate
• Leap Card Scheme
• Tendered Bus Services
The Authority aims to return all application instances to fully supported software by, where applicable, upgrading the existing functionality in use which includes:
• General ledger;
• Accounts payable and accounts receivable;
• Bank and cash;
• Fixed assets and depreciation;
• Purchase requisitions and purchase orders;
• Staff expenses; and
• Payment runs – electronic fund transfers (EFT’s) and manual.
The Authority intends to adopt enhanced functionality, facilitating increased operational effectiveness and a better user experience, in areas possibly including the following:
• Introduction of web-shop style purchase requisitioning;
• Introduction of flexible analysis type reports;
• Introduction of budgeting tools to facilitate top down and bottom up budgeting, combined with the ability to run “what if” scenarios;
• Introducing greater flexibility about changes to organisation and reporting units; and
• Introducing enhanced task management to improve day-to-day operational control.
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: 24
This contract is subject to renewal: yes
Description of renewals:  
Duration in months: 24
This contract is subject to renewal: yes
Description of renewals:
At the discretion of the Authority, the Contract may be renewed for period(s) up to a maximum of 2 years after the end of the second year. The extension of the Contract will be dependent on service requirements, performance and continued funding availability.
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:  List and brief description of conditions: As set out 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

III.2.2)

Contract performance conditions

As set out in the procurement documents.
III.2.3)

Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing 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:  24/05/2019
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:  20/11/2019
IV.2.7)

Conditions for opening of tenders

Date:  24/05/2019
Local time:  14:00

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 contracting authority will not be responsible for any costs, charges or expenses incurred by candidates or 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
Fax: +353 18886125
Internet address: http://www.courts.ie

VI.4.3)

Review procedure

Precise information on deadline(s) for review procedures: 
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 (in particular Regulation 7 thereof).