The National treatment purchase fund are seeking the following requirements:
โ provision of a case and workflow management solution for the commissioning process,
โ provision of an identity and access management system,
โ provision of a managed hosting service for the case and workflow management solution,
โ provision of a managed hosting service for the identity and access management system,
โ provision of a managed support service for the case and workflow management solution,
โ provision of a managed support service for the identity and access management system,
โ provision of a project management service to support projects associated with the above ensuring that the projects are implemented in a timely, efficient and cost effective manner.
Deadline
The time limit for receipt of tenders was 2018-11-02.
The procurement was published on 2018-10-02.
Suppliers
The following suppliers are mentioned in award decisions or other procurement documents:
Object Scope of the procurement
Title:
โEstablishment of a Single Party Framework Agreement for Case and Workflow Management Solution and Identity and Access Management System (IAMS)โ
Products/services: Software package and information systems๐ฆ
Short description:
โThe National treatment purchase fund are seeking the following requirements:
โ provision of a case and workflow management solution for the commissioning...โ
Short description
The National treatment purchase fund are seeking the following requirements:
โ provision of a case and workflow management solution for the commissioning process,
โ provision of an identity and access management system,
โ provision of a managed hosting service for the case and workflow management solution,
โ provision of a managed hosting service for the identity and access management system,
โ provision of a managed support service for the case and workflow management solution,
โ provision of a managed support service for the identity and access management system,
โ provision of a project management service to support projects associated with the above ensuring that the projects are implemented in a timely, efficient and cost effective manner.
Show more
Estimated value excluding VAT: EUR 2 000 000 ๐ฐ
The National Treatment Purchase Fund are seeking the following requirements:
โ provision of a case and workflow management solution for the commissioning process,
โ provision of an identity and access management system,
โ provision of a managed hosting service for the case and workflow management solution,
โ provision of a managed hosting service for the identity and access management system,
โ provision of a managed support service for the case and workflow management solution,
โ provision of a managed support service for the identity and access management system,
โ provision of a project management service to support projects associated with the above ensuring that the projects are implemented in a timely, efficient and cost effective manner.
Show more Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
Scope of the procurement
Estimated total value excluding VAT: EUR 2 000 000 ๐ฐ
Duration of the contract, framework agreement or dynamic purchasing system
The time frame below is expressed in number of months.
Description
Duration: 120
Duration of the contract, framework agreement or dynamic purchasing system
This contract is subject to renewal โ Description
Description of renewals:
โThe Framework Agreement will be for a period of 7 years. It is anticipated that an initial contract will be awarded for a period of 4 years and may be...โ
Description of renewals
The Framework Agreement will be for a period of 7 years. It is anticipated that an initial contract will be awarded for a period of 4 years and may be renewed subject to satisfactory performance for a further 2 periods of 3 years each, i.e. for a total in all of 10 years.
Show more Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
Objective criteria for choosing the limited number of candidates:
โResponses to the Questionnaire will be assessed in accordance with the selection criteria, weightings and minimum rules set out in the Qualification...โ
Objective criteria for choosing the limited number of candidates
Responses to the Questionnaire will be assessed in accordance with the selection criteria, weightings and minimum rules set out in the Qualification document. It is envisaged that the top five scoring candidates (subject to the number and quality of applications received) that also meet the minimum requirements will be invited to participate in the dialogue stage.
Successive reduction of candidates will apply to subsequent stages of the procurement process by applying the award criteria.
Show more Information about variants
Variants will be accepted โ Information about options
Options โ
Description of options:
โThe NTPF reserves the right to remove or augment any of the requirements detailed in the tender documents, at its discretion, from any contract arising from...โ
Description of options
The NTPF reserves the right to remove or augment any of the requirements detailed in the tender documents, at its discretion, from any contract arising from this procurement procedure.
Show more Description
Additional information:
โETenders RFT ID: 140336:
1)The estimated total value of purchases pursuant to the Framework Agreement is in the region of 500 000 EUR โ 2 000 000 EUR (ex....โ
Additional information
ETenders RFT ID: 140336:
1)The estimated total value of purchases pursuant to the Framework Agreement is in the region of 500 000 EUR โ 2 000 000 EUR (ex. VAT) over the lifetime of the agreement;
2) Interested parties must register their interest on the eTenders web site (www.etenders.gov.ie) in order to be included on the mailing list for clarifications.
Legal, economic, financial and technical information Conditions for participation
List and brief description of conditions: Please refer to the Qualification Questionnaire
Economic and financial standing
Selection criteria as stated in the procurement documents
Technical and professional ability
Selection criteria as stated in the procurement documents
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
Procedure Type of procedure
Competitive dialogue
Information about a framework agreement or a dynamic purchasing system
Framework agreement with a single operator
Description
In the case of framework agreements, provide justification for any duration exceeding 8 years:
โThe complex nature of the solution in question; the consequent disruption to the day-to-day operations of NTPF in acquiring and implementing any new...โ
In the case of framework agreements, provide justification for any duration exceeding 8 years
The complex nature of the solution in question; the consequent disruption to the day-to-day operations of NTPF in acquiring and implementing any new solution and the significant costs of implementing a change of service provider without having realised the benefits of an earlier investment if a shorter period was used.
Show more 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
Administrative information
Time limit for receipt of tenders or requests to participate: 2018-11-02
17:00 ๐
Estimated date of dispatch of invitations to tender or to participate to selected candidates: 2018-11-12 ๐
Languages in which tenders or requests to participate may be submitted: English ๐ฃ๏ธ
The time frame below is expressed in number of months.
Minimum time frame during which the tenderer must maintain the tender: 12
Complementary information Additional information
โETenders RFT ID: 140336
1) The estimated total value of purchases pursuant to the Framework Agreement is in the region of 500 000 EUR โ 2 000 000 EUR (ex....โ
ETenders RFT ID: 140336
1) The estimated total value of purchases pursuant to the Framework Agreement is in the region of 500 000 EUR โ 2 000 000 EUR (ex. VAT) over the lifetime of the agreement.
It is emphasised, however, that this figure is provided strictly for indicative purposes only as there is no guaranteed expenditure under the Framework Agreement.
2) Interested parties must register their interest on the eTenders web site (www.etenders.gov.ie) in order to be included on the mailing list for clarifications. All information relating to attachments, including clarifications and changes, will be published on the Irish Government Procurement Opportunities Portal (www.etenders.gov.ie) only. Registration is free of charge. The Contracting Authority will not accept responsibility for information relayed (or not relayed) via third parties;
3) This is the sole call for competition for this service;
4) The Contracting Authority will not be responsible for any costs, charges or expenses incurred by Applicants or tenderers;
5) Contract award will be subject to the approval of the competent authorities;
6) It will be a condition of award that candidates are tax compliant;
7) If for any reason, it is not possible to establish the Framework Agreement or award the initial contract to the designated successful tenderer emerging from this competitive process; the Contracting Authority reserves the right to establish the framework with the next highest scoring tenderer on the basis of the terms advertised at any time during the tender validity period. This shall be without prejudice to the right of the Contracting Authority to cancel this competitive process and/or initiate a new contract award procedure at its sole discretion;
8) At its absolute discretion, the Contracting Authority may elect to terminate this procurement process, the Framework Agreement or any contract awarded under the Framework Agreement at any time;
9) Without prejudice to the principle of equal treatment, the Contracting Authority is not obliged to engage in a clarification process in respect of questionnaires with missing or incomplete information. Therefore, candidates are advised to ensure that they return fully completed questionnaires in order to avoid the risk of elimination from the competition.
Show more Review body
Name: The High Court
Postal town: Dublin
Country: Ireland ๐ฎ๐ช
Source: OJS 2018/S 192-434233 (2018-10-02)
Contract award notice (2019-04-15) Object Scope of the procurement
Short description:
โThe National Treatment Purchase Fund has awarded a framework to cover the following requirements:
โ provision of a case and workflow management solution for...โ
Short description
The National Treatment Purchase Fund has awarded a framework to cover the following requirements:
โ provision of a case and workflow management solution for the commissioning process,
โ provision of an identity and access management system,
โ provision of a managed hosting service for the case and workflow management solution,
โ provision of a managed hosting service for the identity and access management system,
โ provision of a managed support service for the case and workflow management solution,
โ provision of a managed support service for the identity and access management system,
โ provision of a project management service to support projects associated with the above ensuring that the projects are implemented in a timely, efficient and cost effective manner.
Show more
Total value of the procurement (excluding VAT): EUR 2 000 000 ๐ฐ
Description
Description of the procurement:
โThe National Treatment Purchase Fund has awarded a framework to meet the following requirements:
โ provision of a case and workflow management solution for...โ
Description of the procurement
The National Treatment Purchase Fund has awarded a framework to meet the following requirements:
โ provision of a case and workflow management solution for the commissioning process,
โ provision of an identity and access management system
โ provision of a managed hosting service for the case and workflow management solution,
โ provision of a managed hosting service for the identity and access management system,
โ provision of a managed support service for the case and workflow management solution,
โ provision of a managed support service for the identity and access management system,
โ provision of a project management service to support projects associated with the above ensuring that the projects are implemented in a timely, efficient and cost effective manner.
Show more Award criteria
Quality criterion (name): Fitness for purpose of proposed solution
Quality criterion (weighting): 30 %
Quality criterion (name): Project implementation and delivery of a secure solution
Quality criterion (weighting): 12.5 %
Quality criterion (name): Fitness for purpose of support services
Quality criterion (name): Technical merit of personnel assigned
Quality criterion (weighting): 10 %
Quality criterion (name): Reliability and continuity of supply
Quality criterion (weighting): 5 %
Cost criterion (name): Ultimate cost
Cost criterion (weighting): 30 %
Information about options
Description of options:
โIt is anticipated that an initial contract will be awarded for a period of 4 years and may be renewed subject to satisfactory performance for a further 2...โ
Description of options
It is anticipated that an initial contract will be awarded for a period of 4 years and may be renewed subject to satisfactory performance for a further 2 periods of 3 years each, i.e. for a total in all of 10 years.
Procedure Information about framework agreement
The procurement involves the establishment of a framework agreement
Administrative information
Previous publication concerning this procedure: 2018/S 192-434233
Award of contract
1๏ธโฃ
Contract Number: 1
Title:
โCase and Workflow Management Solution and Identity and Access Management System (IAMS)โ
Date of conclusion of the contract: 2019-02-10 ๐
Information about tenders
Number of tenders received: 4
Number of tenders received from SMEs: 2
Number of tenders received from tenderers from other EU Member States: 3
Number of tenders received from tenderers from non-EU Member States: 1
Number of tenders received by electronic means: 4
Name and address of the contractor
Name: Spanish Point Technologies Ltd
Postal address: 30/32 Sir John Rogersons Quay
Postal town: Dublin
Postal code: 7
Country: Ireland ๐ฎ๐ช
Region: Dublin๐๏ธ
The contractor is an SME โ Information on value of the contract/lot (excluding VAT)
Estimated total value of the contract/lot: EUR 2 000 000 ๐ฐ
Total value of the contract/lot: EUR 2 000 000 ๐ฐ
Complementary information Additional information
โThe value of the framework is 2 000 000 EUR, however this expenditure is not guaranteed.โ Review body
Postal address: Four Courts
Postal code: 7
Phone: +353 18886000๐
E-mail: highcourtcentraloffice@courts.ie๐ง Service from which information about the review procedure may be obtained
Name: Consult a legal advisor
Postal town: A
Country: Ireland ๐ฎ๐ช
Source: OJS 2019/S 076-181397 (2019-04-15)