Contract award notice

Information

Published

Date of dispatch of this notice: 23/08/2021

External Reference: 2021-278518

TED Reference: 2021/S 166-435068

Contract award notice

Contract award notice

Results of the procurement procedure

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

National Treasury Management Agency (NTMA)
Treasury Dock, North Wall Quay
Dublin
D01 A9T8
IE
Contact person: Procurement Unit
Telephone: +353 12384000
NUTS code:  IE061 -  Dublin
Internet address(es):
Main address: http://www.ntma.ie

I.4)

Type of the contracting authority

Body governed by public law
I.5)

Main activity

Other activity:  Funding and Debt Management

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Contract Award - Provision of Tax Advisory and Tax Compliance Services, to the NTMA, HBFI and the SBCI
Reference number:  2020PR005
II.1.2)

Main CPV code

79221000  -  Tax consultancy services
II.1.3)

Type of contract

Services
II.1.4)

Short description

The National Treasury Management Agency (NTMA) sought tenders for the provision of tax advisory and tax compliance services to the National Treasury Management Agency (NTMA), Home Building Finance Ireland (HBFI) and the Strategic Banking Corporation of Ireland (SBCI).
Please see the RFT attached to this notice for further information.
II.1.6)

Information about lots

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

Total value of the procurement

Value excluding VAT:  1021800.00  EUR
II.2)

Description

II.2.2)

Additional CPV code(s)

79200000  -  Accounting, auditing and fiscal services
79220000  -  Fiscal services
79222000  -  Tax-return preparation services
II.2.3)

Place of performance

NUTS code:  IE0 -  IRELAND
Main site or place of performance:  
Dublin 1, D01 A9T8
II.2.4)

Description of the procurement

The National Treasury Management Agency (NTMA) sought tenders for the provision of tax advisory and tax compliance services to the National Treasury Management Agency (NTMA), Home Building Finance Ireland (HBFI) and the Strategic Banking Corporation of Ireland (SBCI).
Please see the RFT attached to this notice for further information.
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Approach and Methodology  /  Weighting:  30
Quality criterion  -  Name:  Proposed Team  /  Weighting:  45
Cost criterion  -  Name:  Fees  /  Weighting:  25
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 see Request for Tenders attached to this notice for further information.

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.2.1)

Previous publication concerning this procedure

Notice number in the OJ S: 2020/S 024-054058

Section V: Award of contract

Title: Request for Tenders (RFT) for the provision of Tax Advisory and Tax Compliance Services to the NTMA, HBFI and the SBCI

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

Award of contract

V.2.1)

Date of conclusion of the contract

02/09/2020
V.2.2)

Information about tenders

Number of tenders received:  3
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

KPMG
1 Stokes Place, St. Stephen's Green
Dublin
D2
IE
NUTS code:  IE0 -  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:  1021800.00  EUR

Section VI: Complementary information

VI.3)

Additional information

The services awarded under this contract include services to be provided to each of the NTMA, SBCI and HBFI. The amounts indicated in Section II.1.7) and Section V.2.4) in respect of the total value of the contract are approximate, calculated by reference to fixed fee elements and optional services for the maximum contract duration. The fixed fee elements include the completion of (and reporting on) annual reviews in respect of 2019 to 2022 (inclusive) and potentially in respect of 2023 and 2024. The optional services will be instructed as required during the contract term but the associated fees for these services cannot be determined at this time.
VI.4)

Procedures for review

VI.4.1)

Review body

High Court
Inns Quay
Dublin 7
IE