Financial & economic analysis professional services for capital development programme to UCD
University College Dublin
UCD wishes to engage suitably qualified professional services companies to provide financial and economic analysis etc to assist UCD assess proposed capital projects e.g. capital appraisals, business plans, process audit / reviews as appropriate. UCD has grouped these services into 3 categories for the purposes of procurement and will form a panel (framework for each).
In summary the 3 categories of services required are:
Panel 1: project rationale.
Panel 2: capital appraisal services.
Panel 3: capital projects process audit services.
Prospective service providers are invited to apply for any or all of the above panels as appropriate, and each panel will form its own framework under procurement procedures. It is envisaged that each panel will consist of between 4 to 8 suitably qualified candidate service providers.
As UCD requires the services in each of the panels for any given capital project, it is intended that a mini-competition will be held to select a service provider for the proposed scope of work.
Please note however, in order to avoid conflicts of interest if suitably qualified candidate service providers are awarded a contract for a particular project, they are automatically excluded from other panels of that project.
All appointed panel members must produce their work in compliance with the following non –exhaustive list of policies/guidelines as appropriate. It is expected that policies and guidelines will be updated over time to reflect current good practice.
1. Guidelines for the appraisal and management of capital expenditure proposals in the public section (Department of Finance: February 2005)
2. Amendments to the existing guidelines and practices on procurement and capital appraisal (Department of Finance: January 2007)
3. Value for money and policy review initiative guidance manual (Department of Finance: March 2007)
4. Capital appraisal guidelines – spot check guidance and revised test discount rate (Department of Finance: May 2007)
5. Capital works management framework (Department of Finance)
6. UCD internal best practice
Note: to register your interest in this notice and obtain any additional information please visit the eTenders web site at http://www.etenders.gov.ie/Search/Search_Switch.aspx?ID=247412.
/>The awarding authority has indicated that it will accept electronic responses to this notice via a "tender submission postbox" facility. Further details of this facility are available at http://www.etenders.gov.ie/PostBox/Postbox_Explain.aspx?ID=247412.
/>Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems. The postbox closes precisely at the time stated.
The time limit for receipt of tenders was 2011-07-25. The procurement was published on 2011-06-24.
SuppliersThe following suppliers are mentioned in award decisions or other procurement documents:
- • Andrew P. Nugent & Associates
- • BiGGAR Economics
- • Bruce Shaw Consulting
- • Deloitte
- • Indecon Economic Consultants
- • Kpmg
- • Mazars
- • PwC
- • Rsm Mcclure Watters
- • Tony O'Brien & Associates
- • Systems and technical consultancy services › Business analysis consultancy services
- • Systems and technical consultancy services › Project management consultancy services
- • Business and management consultancy services › General management consultancy services
- • Business and management consultancy services › Financial management consultancy services
- • Business and management consultancy services › Evaluation consultancy services
- • Membership organisation services › Services furnished by business, professional and specialist organisations
| Date | Document |
|---|---|
| 2011-06-24 | Contract notice |
| 2013-01-10 | Contract award notice |
Object
Scope of the procurement
Title: business analysis consultancy services
Quantity or scope:
“Please see documentation available on www.etender.gov.ie for full details.”
Notice metadata
Original language: English 🗣️
Document type: Contract notice
Nature of contract: Services
Regulation: European Union, with participation of GPA countries
Common procurement vocabulary (CPV)
Code: Business analysis consultancy services 📦
Procedure
Procedure type: Restricted procedure
Type of bid: Submission for one or more lots
Award criteria
The most economic tender
Contracting authority
Identity
Country: Ireland 🇮🇪
Awarding authority type: Body governed by public law
Postal address: Procurement and Contracts Office, Roebuck Offices, Belfield
Postal town: Dublin 4
Contact
Internet address: http://www.ucd.ie 🌏
Phone: +353 17164990 📞
Reference
Dates
Date dispatched: 2011-06-24 📅
Submission deadline: 2011-07-25 📅
Publication date: 2011-06-29 📅
Identifiers
Notice number: 2011/S 122-202625
OJ-S issue: 122
Additional information
“1.A current tax clearance certificate from the Irish Revenue Commissioners will be required prior to award. (this applies to Irish and foreign...”
Object
Scope of the procurement
Short description:
“UCD wishes to engage suitably qualified professional services companies to provide financial and economic analysis etc to assist UCD assess proposed capital...”
“In summary the 3 categories of services required are:”
Show more (16)
“Panel 1: project rationale.”
“Panel 2: capital appraisal services.”
“Panel 3: capital projects process audit services.”
“Prospective service providers are invited to apply for any or all of the above panels as appropriate, and each panel will form its own framework under...”
“As UCD requires the services in each of the panels for any given capital project, it is intended that a mini-competition will be held to select a service...”
“Please note however, in order to avoid conflicts of interest if suitably qualified candidate service providers are awarded a contract for a particular...”
“All appointed panel members must produce their work in compliance with the following non –exhaustive list of policies/guidelines as appropriate. It is...”
“1. Guidelines for the appraisal and management of capital expenditure proposals in the public section (Department of Finance: February 2005)”
“2. Amendments to the existing guidelines and practices on procurement and capital appraisal (Department of Finance: January 2007)”
“3. Value for money and policy review initiative guidance manual (Department of Finance: March 2007)”
“4. Capital appraisal guidelines – spot check guidance and revised test discount rate (Department of Finance: May 2007)”
“5. Capital works management framework (Department of Finance)”
“6. UCD internal best practice”
“Note: to register your interest in this notice and obtain any additional information please visit the eTenders web site at...”
“The awarding authority has indicated that it will accept electronic responses to this notice via a "tender submission postbox" facility. Further details of...”
“Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid...”
Title of the lot: Panel one: project rationale:
Short description:
“See attached QQ.”
Quantity or scope: See attached QQ.
Lot number: 2
Title of the lot: Panel 2: capital appraisal
Lot number: 3
Title of the lot: Panel 3: capital projects process audit
Reference number: UCDOPP371
Name of EU-financed project or programme:
“EU Structural Funds Programme (2007-2013).”
Place of performance
Main site or place of performance:
“Dublin.”
Legal, economic, financial and technical information
Conditions for participation
Suitability to pursue the professional activity:
“Please see qualification questionnaire attached to the contract notice at www.etenders.gov.ie for further information.”
Economic and financial standing:
“Please see qualification questionnaire attached to the contract notice at www.etenders.gov.ie for further information.”
Minimum level(s) of standards:
“Please see qualification questionnaire attached to the contract notice at www.etenders.gov.ie for further information.”
Technical and professional ability:
“Please see qualification questionnaire attached to the contract notice at www.etenders.gov.ie for further information.”
Contract execution
Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
“Please see qualification questionnaire attached to the contract notice at www.etenders.gov.ie for further information.”
Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
“Sole trader, partnership or limited company/ if there is a grouping, it should prior to contract award, be in such a legal form as to contract as a single entity.”
Other particular conditions:
“Please see qualification questionnaire attached to the contract notice at www.etenders.gov.ie for further information.”
Names and professional qualifications of the staff ✅
Procedure
Maximum number of operators of the framework agreement: 24
Duration of the framework agreement in years: 4
Minimum number of candidates: 21
Maximum number of candidates: 30
Objective criteria for selection:
“It is envisaged that a minimum of 7 or a maximum of 10 top scoring and suitably qualified applicants per panel, who fulfill the minimum rules and criteria...”
Date of dispatch of invitations: 2011-08-12 📅
Languages
Language: English 🗣️
Irish 🗣️
Contracting authority
Identity
Awarding authority name: University College Dublin
Contact
Contact point: Orla O'Dea
Address of the buyer profile: http://www.etenders.gov.ie/search/Search_AuthProfile.aspx?ID=AA01796 🌏
Name: eTenders website
Country: Ireland 🇮🇪
URL for further information: http://www.etenders.gov.ie 🌏
URL for documents: http://www.etenders.gov.ie 🌏
Name: eTenders postbox facility
URL for participation: http://www.etenders.gov.ie 🌏
Reference
Identifiers
Reference number attributed by the contracting authority: UCDOPP371
Additional information
“1.A current tax clearance certificate from the Irish Revenue Commissioners will be required prior to award. (this applies to Irish and foreign bidders.)”
“2.University College Dublin undertakes to use its best endeavours to hold confidential, any information provided by you in your tender submission, subject...”
Show more (6)
“3.The University shall NOT be bound to accept the lowest or any tender proposal.”
“4.The University does not accept any liability for any expenses incurred by any supplier in the preparation of tenders, portfolios or attendance at any...”
“5.Please note that all information relating to this tender, including tender documentation, clarifications and changes, will be published on the etenders...”
“6.The supply of goods or services under this notice will be governed by the standard terms and conditions of purchase of the University, a copy of which is...”
“Please see qualification questionnaire attached to the contract notice at www.etenders.gov.ie for further information.”
“(ET Ref:247412).”
Complementary information
Review body
Name: The High Court
Postal address: Chief Registrar, Four Courts, Inns Quay
Postal town: Dublin 7
Country: Ireland 🇮🇪
Service from which information about the review procedure may be obtained
Name: Contract your solicitor
Internet address: www.courts.ie 🌏
Recurrent procurement
“2013-2015”
Source: OJS 2011/S 122-202625 (2011-06-24)
Object
Scope of the procurement
Title: Business analysis consultancy services
Notice metadata
Document type: Contract award notice
Procedure
Type of bid: Not applicable
Contracting authority
Identity
Awarding authority name: University College Dublin ( UCD )
Postal address: Procurement and Contracts Office, Roebuck Offices
Postal town: Belfield
Contact
E-mail: procurement@ucd.ie 📧
Reference
Dates
Date dispatched: 2013-01-10 📅
Publication date: 2013-01-15 📅
Identifiers
Notice number: 2013/S 010-011956
Refers to notice: 2011/S 122-202625
OJ-S issue: 10
Object
Scope of the procurement
Reference number: UCDOPP371.
Procedure
Award criteria
Criterion: 1. Ultimate Cost (30)
2. Relevant Skills / Expertise and Quantity & Balance of Resources for the Proposed Team (20)
3. Proposed Methodology / Approach (30)
4. Relability & Continuity of Service Provision (20)
Award of contract
1️⃣
Date of contract conclusion: 2012-11-01 📅
Name: Deloitte
Postal address: Deloitte & Touche House, Earlsfort Terrace,
Postal town: Dublin
Postal code: 2
Country: Ireland 🇮🇪
2️⃣
Name: Tony O'Brien & Associates
Postal address: 16 Belgrave Road, Monkstown
Postal town: Co. Dublin
3️⃣
Name: Kpmg
Postal address: Stokes Place, St. Stephen's Green,
4️⃣
Name: Mazars
Postal address: Harcourt Centre, Block 3, Harcourt Road,
5️⃣
Name: PwC
Postal address: One Spencer Dock, North Wall Quay
Postal code: 1
6️⃣
Name: RSM McClure Watters
Postal address: Number 1 Lanyon Quay
Postal town: Belfast
Postal code: BT1 3GP
Country: United Kingdom 🇬🇧
7️⃣
Name: BiGGAR Economics
Postal address: Midlothian Innovation Centre, Pentlandfield, Roslin
Postal town: Midlothian
Postal code: ER25 9RE
8️⃣
Name: Bruce Shaw Consulting
Postal address: Kestrel House, Clanwilliam Place,
Postal town: Dublin 2
9️⃣
Postal address: Deloitte & Touche House, Earlsfort Terrace
1️⃣0️⃣
1️⃣1️⃣
Name: Indecon Economic Consultants
Postal address: Indecon House, 4 Fitzwilliam Place,
1️⃣2️⃣
1️⃣3️⃣
Postal address: Harcourt Centre, Block 3, Harcourt Road
1️⃣4️⃣
1️⃣5️⃣
Name: Andrew P. Nugent & Associates
Postal address: 225 Lower Kimmage Road
Postal code: 6W
1️⃣6️⃣
Postal address: Kestrel House, Clanwilliam Place
1️⃣7️⃣
1️⃣8️⃣
Information about tenders
Number of tenders received: 15
13
8
Source: OJS 2013/S 010-011956 (2013-01-10)
- IT services: consulting, software development, Internet and support (>20 new procurements)
- Software programming and consultancy services (>20)
- Systems and technical consultancy services (14)
- Business analysis consultancy services (4)
- Information systems or technology strategic review and planning services (3)
- Information technology requirements review services
- Project management consultancy services (7)
- System quality assurance assessment and review services (1)
- System software acceptance testing consultancy services
- Software integration consultancy services
- Hardware integration consultancy services