Contract award notice

Information

Published

Date of dispatch of this notice: 10/03/2020

External Reference: 2020-287451

TED Reference: 2020/S 052-124095

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 Information and Quality Authority (HIQA)
N/A
Unit 1301
Mahon
CityGate
IE
Contact person: Niamh O'Connor
Telephone: +353 212409300
Internet address(es):
Main address: https://www.hiqa.ie/

I.4)

Type of the contracting authority

Ministry or any other national or federal authority, including their regional or local subdivisions
I.5)

Main activity

Health

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

ICT-181 - Multi-Lot Framework Agreement for HIQA ICT Multi-Vendor Resources
Reference number:  ICT-181
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

HIQA is establishing a multi-vendor framework agreement for the procurement of ICT resource services, under Framework Agreement Ref: (ICT-181).
Please see Appendix 1, Section 3 for full details of each role required.
All roles sought shall be at a senior level i.e. Min 4 years experience.
A maximum of four (4) tenderers and a minimum of three (3) companies, where available, shall be awarded a place on each and every lot.
This RFT is divided into the following six (6) lots:
1) Application Development - CRM (xRM)
2) Project Management
3) Business Intelligence
4) Infrastructure
5) Application Development - Sharepoint
6) Application Development - Channel Technologies
II.1.6)

Information about lots

This contract is divided into lots: yes
II.1.7)

Total value of the procurement

Value excluding VAT:  14000000.00  EUR
II.2)

Description

II.2.1)

Title

Lot 1 –Application Development - CRM (xRM)
Lot No:  1
II.2.2)

Additional CPV code(s)

72212215  -  Networking developers software development services
72221000  -  Business analysis consultancy services
72222300  -  Information technology services
79421000  -  Project-management services other than for construction work
II.2.3)

Place of performance

Main site or place of performance:  
Ireland
II.2.4)

Description of the procurement

This lot covers the delivery of HIQA Regulation and
Legislative projects on the current HIQA CRM
(xRM) system. Sample current projects include
Regulation of Medical Ionising Radiation Exposure,
Regulation of standards and Regulation of
upcoming legislation.
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Demonstrated Professional Ability And Technical Competence including Proven Contract Management & Continuity Of Supply  /  Weighting:  30%
Quality criterion  -  Name:  Quality & relevant experience of: the candidates proposed  /  Weighting:  40%
Price  -  Weighting:  30%
II.2.11)

Information about options

Options: yes
Description of options:
The Contracting Authority reserves the right to extend the Term for a period or periods of up to 12 months with a maximum of 2 such extension or extensions on the same terms and conditions, subject to the Contracting Authority’s obligations at law.
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

Attached as document
II.2)

Description

II.2.1)

Title

Lot 2 – Project Delivery - Programme/Project Management, Business Analyst & Testing
Lot No:  2
II.2.2)

Additional CPV code(s)

72221000  -  Business analysis consultancy services
72222300  -  Information technology services
79421000  -  Project-management services other than for construction work
II.2.3)

Place of performance

Main site or place of performance:  
Ireland
II.2.4)

Description of the procurement

This lot covers the delivery of HIQA non-Regulation
and Legislative projects. Sample projects include
Risk Management Solutions, Legal Case
Management Solutions, Document/Record
Management, Programme Management Office
Solutions, Audit & Performance Solution, HR
Solution, and Finance Solution.
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Quality & relevant experience of: the candidates proposed  /  Weighting:  40%
Quality criterion  -  Name:  Demonstrated Professional Ability And Technical Competence including Proven Contract Management & Continuity Of Supply  /  Weighting:  30%
Price  -  Weighting:  30%
II.2.11)

Information about options

Options: yes
Description of options:
The Contracting Authority reserves the right to extend the Term for a period or periods of up to 12 months with a maximum of 2 such extension or extensions on the same terms and conditions, subject to the Contracting Authority’s obligations at law.
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

Attached as document
II.2)

Description

II.2.1)

Title

Lot 3 – Business Intelligence
Lot No:  3
II.2.2)

Additional CPV code(s)

72212215  -  Networking developers software development services
72221000  -  Business analysis consultancy services
72222300  -  Information technology services
II.2.3)

Place of performance

Main site or place of performance:  
Ireland
II.2.4)

Description of the procurement

This lot covers the delivery of Business Intelligence
and Data Analytics projects to support the
regulatory, management, operational and financial
reporting requirements of HIQA. These projects
include the development of a new Data Warehouse,
implementation of a new analytical platform,
development of analytics dashboards and mobile
Business Intelligence etc.
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Demonstrated Professional Ability And Technical Competence including Proven Contract Management & Continuity Of Supply  /  Weighting:  30%
Quality criterion  -  Name:  Quality & relevant experience of: the candidates proposed  /  Weighting:  40%
Price  -  Weighting:  30%
II.2.11)

Information about options

Options: yes
Description of options:
The Contracting Authority reserves the right to extend the Term for a period or periods of up to 12 months with a maximum of 2 such extension or extensions on the same terms and conditions, subject to the Contracting Authority’s obligations at law.
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

Attached as document
II.2)

Description

II.2.1)

Title

Lot 4 – Infrastructure
Lot No:  4
II.2.2)

Additional CPV code(s)

72221000  -  Business analysis consultancy services
72222300  -  Information technology services
II.2.3)

Place of performance

Main site or place of performance:  
Ireland
II.2.4)

Description of the procurement

This lot covers the delivery of core infrastructure
projects and services to support HIQA Regulation
and Legislative projects. These projects include,
Windows Server upgrades, Firewall replacements,
Network upgrades, new offices, Client OS upgrades,
Audio & visual upgrades, SAN & NAS upgrades and
performance tuning, security improvements &
auditing projects, and others.
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Quality & relevant experience of: the candidates proposed  /  Weighting:  40%
Quality criterion  -  Name:  Demonstrated Professional Ability And Technical Competence including Proven Contract Management & Continuity Of Supply  /  Weighting:  30%
Price  -  Weighting:  30%
II.2.11)

Information about options

Options: yes
Description of options:
The Contracting Authority reserves the right to extend the Term for a period or periods of up to 12 months with a maximum of 2 such extension or extensions on the same terms and conditions, subject to the Contracting Authority’s obligations at law.
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

Attached as document
II.2)

Description

II.2.1)

Title

Lot 5 – Application Development - SharePoint
Lot No:  5
II.2.2)

Additional CPV code(s)

72212215  -  Networking developers software development services
72212730  -  Security software development services
72221000  -  Business analysis consultancy services
72222300  -  Information technology services
79421000  -  Project-management services other than for construction work
II.2.3)

Place of performance

Main site or place of performance:  
Ireland
II.2.4)

Description of the procurement

This lot covers the delivery of HIQA Regulation and
Legislative projects on the current HIQA SharePoint
system. Sample current projects include Intranet
redevelopment, Quality management system
upgrade, Regulation of Medical Ionising Radiation
Exposure, Regulation of standards and Regulation of
upcoming legislation.
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Demonstrated Professional Ability And Technical Competence including Proven Contract Management & Continuity Of Supply  /  Weighting:  30%
Quality criterion  -  Name:  Quality & relevant experience of: the candidates proposed  /  Weighting:  40%
Price  -  Weighting:  30%
II.2.11)

Information about options

Options: yes
Description of options:
The Contracting Authority reserves the right to extend the Term for a period or periods of up to 12 months with a maximum of 2 such extension or extensions on the same terms and conditions, subject to the Contracting Authority’s obligations at law.
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

Attached as document
II.2)

Description

II.2.1)

Title

Lot 6 – Application Development – Channel Technologies
Lot No:  6
II.2.2)

Additional CPV code(s)

72212215  -  Networking developers software development services
72221000  -  Business analysis consultancy services
72222300  -  Information technology services
II.2.3)

Place of performance

Main site or place of performance:  
Ireland
II.2.4)

Description of the procurement

This lot covers the delivery of cloud and mobile
solutions to support HIQA Regulation and Legislative
projects. Projects include electronic notebook to
support fieldwork, digital signatures, HIQA portal,
API development/Architecture, publishing open data
and various others projects.
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Quality & relevant experience of: the candidates proposed  /  Weighting:  40%
Quality criterion  -  Name:  Demonstrated Professional Ability And Technical Competence including Proven Contract Management & Continuity Of Supply  /  Weighting:  30%
Price  -  Weighting:  30%
II.2.11)

Information about options

Options: yes
Description of options:
The Contracting Authority reserves the right to extend the Term for a period or periods of up to 12 months with a maximum of 2 such extension or extensions on the same terms and conditions, subject to the Contracting Authority’s obligations at law.
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

Attached as document

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Open procedure
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 : no
IV.2)

Administrative information

IV.2.1)

Previous publication concerning this procedure

Notice number in the OJ S: 2019/S 111-272782

Section V: Award of contract

Contract No: 1

Lot No: 1

Title: Lot 1 –Application Development - CRM (xRM)

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

Award of contract

V.2.1)

Date of conclusion of the contract

02/09/2019
V.2.2)

Information about tenders

Number of tenders received:  8
Number of tenders received from SMEs:  4
Number of tenders received from tenderers from other EU Member States:  0
Number of tenders received from tenderers from non-EU Member States:  1
Number of tenders received by electronic means:  8
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

DSS
IE4801297D
Hyde House
Dublin
Adelaide Road
IE
Telephone: +353 867749881
Internet address: http://www.codecdss.ie

The contractor is an SME : no
V.2.4)

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

Initial estimated total value of the contract/lot:  200000.00  EUR
Total value of the contract/lot:  200000.00  EUR

Section V: Award of contract

Contract No: 1

Lot No: 2

Title: Lot 2 – Project Delivery - Programme/Project Management, Business Analyst & Testing

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

Award of contract

V.2.1)

Date of conclusion of the contract

04/11/2019
V.2.2)

Information about tenders

Number of tenders received:  10
Number of tenders received from SMEs:  5
Number of tenders received from tenderers from other EU Member States:  0
Number of tenders received from tenderers from non-EU Member States:  1
Number of tenders received by electronic means:  10
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

Ergo
IE6597876G
1st Floor, Block T
Dublin 3
East Point Business
IE
Telephone: +353 18843213
Fax: +353 18843201
Internet address: http://www.ergogroup.ie

The contractor is an SME : yes
V.2.4)

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

Initial estimated total value of the contract/lot:  200000.00  EUR
Total value of the contract/lot:  200000.00  EUR

Section V: Award of contract

Contract No: 1

Lot No: 4

Title: Lot 4 – Infrastructure

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

Award of contract

V.2.1)

Date of conclusion of the contract

13/09/2019
V.2.2)

Information about tenders

Number of tenders received:  2
Number of tenders received from SMEs:  2
Number of tenders received from tenderers from other EU Member States:  0
Number of tenders received from tenderers from non-EU Member States:  0
Number of tenders received by electronic means:  2
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

IT Alliance Group
IE 8257743 E
12C Joyce Way, Park West Business Park
Dublin
Dublin 12
IE
Telephone: +353 879804567

The contractor is an SME : yes
V.2.4)

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

Initial estimated total value of the contract/lot:  200000.00  EUR
Total value of the contract/lot:  200000.00  EUR

Section V: Award of contract

Contract No: 1

Lot No: 5

Title: Lot 5 – Application Development - SharePoint

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

Award of contract

V.2.1)

Date of conclusion of the contract

04/11/2019
V.2.2)

Information about tenders

Number of tenders received:  4
Number of tenders received from SMEs:  3
Number of tenders received from tenderers from other EU Member States:  0
Number of tenders received from tenderers from non-EU Member States:  0
Number of tenders received by electronic means:  4
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

Storm Technology Ltd
IE 8228144P
Capel Building, Marys Abbey,
Dublin 7
Dublin
IE
Telephone: +353 15242310
Internet address: http://www.storm.ie

The contractor is an SME : yes
V.2.4)

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

Initial estimated total value of the contract/lot:  200000.00  EUR
Total value of the contract/lot:  200000.00  EUR

Section VI: Complementary information

VI.4)

Procedures for review

VI.4.1)

Review body

Health Information and Quality Authority
Unit 1301 City Gate
Mahon, Cork
T12 Y2XT
IE
Internet address: https://www.hiqa.ie

VI.4.2)

Body responsible for mediation procedures

Central Office of the High Court
Four Courts, Ground Floor (East Wing), Inns Quay,
Dublin
IE
Internet address: http://www.courts.ie/

VI.4.3)

Review procedure

Precise information on deadline(s) for review procedures: 
There will be a mandatory standstill period following each award notification, following which a Framework Agreement will be executed with the successful tenderer.