Contract notice

Information

Published

Date of dispatch of this notice: 19/12/2018

Expire date: 11/02/2019

External Reference: 2018-247419

TED Reference: 2018/S 247-569190

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

The Department of Education and Skills
Marlborough St
Dublin 1
Dublin
IE
Telephone: +353 0761008000
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=139930&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

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

Main activity

General public services

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Provision of a Financial Management System for the Education and Training Boards (ETB's)
Reference number:  15912
II.1.2)

Main CPV code

48000000  -  Software package and information systems
II.1.3)

Type of contract

Services
II.1.4)

Short description

The purpose of the competition is to contract for the following services: the provision, configuration, implementation and on-going maintenance and support of a system for the processing of financial activity and reporting for all Education and Training Boards (ETBs).
II.1.5)

Estimated total value

Value excluding VAT: 16500000.00  EUR
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

48217000  -  Transaction-processing software package
48430000  -  Inventory management software package
48440000  -  Financial analysis and accounting software package
48441000  -  Financial analysis software package
48442000  -  Financial systems software package
48443000  -  Accounting software package
48444000  -  Accounting system
48451000  -  Enterprise resource planning software package
48482000  -  Business intelligence software package
48490000  -  Procurement software package
48517000  -  IT software package
48812000  -  Financial information systems
72000000  -  IT services: consulting, software development, Internet and support
72212217  -  Transaction-processing software development services
72212517  -  IT software development services
72222300  -  Information technology services
72261000  -  Software support services
72266000  -  Software consultancy services
72268000  -  Software supply services
II.2.3)

Place of performance

Main site or place of performance:  
Dublin 1
II.2.4)

Description of the procurement

The Department of Education and Skills as the Contracting Authority is establishing an Education Shared Business Services (ESBS) centre to deliver shared services to the Education and Training Boards (ETBs). Related to this public procurement competition, is the shared service for the delivery of finance processing which is currently being carried out by 16 ETBs on behalf of 750+ ETB schools/centres. In summary, the Services required comprise of: the provision, configuration, implementation and on-going maintenance and support of a System for the processing of financial activity and reporting for all ETBs. The Contracting Authority requires a fully hosted and managed Financial Management System (FMS) using a Software as a Service (SaaS) model. The Contracting Authority’s and the ETBs data (both the live and backup copies) must be hosted, stored and processed in Ireland.
The Contracting Authority estimates that the expenditure on the Services to be covered by the proposed Services Contract may amount to some €5m - €16.5 million (excl. VAT) over the Term including possible extensions. Candidates must understand that this figure is an estimate only based on current and future expected usage.
To enable the future evolvement of the Services and to ensure continuous efficiency and effectiveness, the Contracting Authority shall have the option to request the Successful Tenderer to provide additional functionality and enhancements related to the Services during the Term (including any extensions) of any Services Contract awarded pursuant to this Competition. The Successful Tenderer may be requested to provide, configure, implement, maintain and support such additional functionality and enhancements.
In Stage 1 of the Competition, the Contracting Authority invites Candidates:
• to register to attend an information session to be held on Wednesday 23rd January 2019; and
• to respond to the Pre-Qualification Questionnaire (PQQ) by Monday 11th February 2019.
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: 16500000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 60
This contract is subject to renewal: yes
Description of renewals:  
The Contracting Authority reserves the right to extend the Term for a period or periods of up to 3 years with a maximum of two (2) such extension or extensions on the same terms and conditions.
II.2.9)

Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 3
Objective criteria for choosing the limited number of candidates:
It is envisaged that the Contracting Authority will shortlist the 3 highest scoring Candidates that have submitted compliant Responses and have met the Selection Criteria set out in this PQQ. The Contracting Authority reserves the right to shortlist more than the 3 highest scoring Candidates (up to a maximum of 5 Candidates) if the scores of the next highest ranking Candidate(s) are within 5% of the score of the third highest scoring.
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
II.2.14)

Additional information

Please refer to the procurement documents attached to RFT#144159

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:  Please refer to the procurement documents attached to RFT#144159
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

Please refer to the procurement documents attached to RFT#144159
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

Competitive procedure with negotiation
IV.1.4)

Information about reduction of the number of solutions or tenders during negotiation or dialogue

Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated
IV.1.5)

Information about negotiation

The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations
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:  11/02/2019
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

Duration in months : 12  (from the date stated for receipt of tender)

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.3)

Additional information

Please refer to the procurement documents attached to RFT#144159
VI.4)

Procedures for review

VI.4.1)

Review body

High Court of Ireland
Dublin
IE

VI.4.3)

Review procedure

Precise information on deadline(s) for review procedures: 
Please consult your own legal advisors