The Insolvency Service of Ireland (ISI) is seeking a fully managed end-to-end solution to meet its case management needs. The standard functionality of the chosen system must be the best possible fit for the ISIโs requirements and require the least number of customisations.
The required solution must include all the following components:
โ fully hosted Case Management System to meet all requirements currently in scope. Requirements are detailed in this document under Functional and Non-Functional requirements.
โ user authorization and user management component.
โ training delivery and training material to support a successful implementation.
โ annual software support and maintenance.
โ development services to deliver key enhancements as identified by the ISI, after the initial contract period.
โ fully managed application, database, and server environment.
โ compliance with required legislation.
Deadline
The time limit for receipt of tenders was 2018-03-16.
The procurement was published on 2018-01-19.
Suppliers
The following suppliers are mentioned in award decisions or other procurement documents:
Contract award notice (2018-10-18) Contracting authority Name and addresses
Name: Department of Justice and Equality
Postal address: 51 St Stephen's Green
Postal town: Dublin 2
Country: Ireland ๐ฎ๐ช
Contact person: Rowena Tighe
E-mail: procurement@justice.ie๐ง
Region: รire/Ireland๐๏ธ
URL: http://www.justice.ie๐
Address of the buyer profile: https://irl.eu-supply.com/ctm/Company/CompanyInformation/Index/1122๐ Information about joint procurement
The contract is awarded by a central purchasing body
Object Scope of the procurement
Title:
โSupply and Implementation of an Online Case Management Solution and Associated Services for the Insolvency Service of Ireland
RFT # 127583โ
Products/services: Custom software development services๐ฆ
Short description:
โThe Insolvency Service of Ireland (ISI) is seeking a fully managed end-to-end solution to meet its case management needs. The standard functionality of the...โ
Short description
The Insolvency Service of Ireland (ISI) is seeking a fully managed end-to-end solution to meet its case management needs. The standard functionality of the chosen system must be the best possible fit for the ISIโs requirements and require the least number of customisations.
The required solution must include all the following components:
โ fully hosted case management system to meet all requirements currently in scope. requirements are detailed in this document under functional and non-functional requirements,
โ user authorisation and user management component,
โ training delivery and training material to support a successful implementation,
โ annual software support and maintenance,
โ development services to deliver key enhancements as identified by the ISI, after the initial contract period,
โ fully managed application, database and server environment,
โ compliance with required legislation.
Show more
Total value of the procurement (excluding VAT): EUR 1 500 000 ๐ฐ
1๏ธโฃ
Additional products/services: IT services: consulting, software development, Internet and support๐ฆ
Additional products/services: Programming services of packaged software products๐ฆ
Additional products/services: Systems and technical consultancy services๐ฆ
Additional products/services: Information technology services๐ฆ
Additional products/services: Systems analysis and programming services๐ฆ
Additional products/services: System and support services๐ฆ
Additional products/services: Software-related services๐ฆ
Additional products/services: Data services๐ฆ
Additional products/services: Computer-related services๐ฆ
Additional products/services: Computer back-up and catalogue conversion services๐ฆ
Place of performance: รire/Ireland๐๏ธ
Main site or place of performance: Dublin 2
Description of the procurement:
โThe supply and Implementation of an online case management solution and associated services for the Insolvency Service of Ireland.โ Award criteria
Quality criterion (name): System Functionality and Technical Merit
Quality criterion (weighting): 35
Quality criterion (name):
โProposed Implementation Methodology (incl. Milestones and Timelines), Resources and Project Managerโ
Quality criterion (weighting): 12
Quality criterion (name): Proposed Data Migration Methodology (incl. Milestones and Timelines)
Quality criterion (weighting): 9
Quality criterion (name):
โProposed Technical Architecture Arrangements and Information Security Management Plan (including but not limited to Support and Maintenance)โ
Quality criterion (weighting): 4
Quality criterion (name): Proposed Approach to Training, Knowledge Transfer and Documentation
Quality criterion (name): Proposals for Backup and Recovery Plans
Quality criterion (name): Innovation
Quality criterion (weighting): 2
Cost criterion (name): Total cost of ownership over the duration of the contract
Cost criterion (weighting): 30
Procedure Type of procedure
Open procedure
Administrative information
Previous publication concerning this procedure: 2018/S 015-030911
Award of contract
1๏ธโฃ
Contract Number: 1
Title:
โSupply and Implementation of an Online Case Management Solution and Associated Servicesโ
Date of conclusion of the contract: 2018-06-25 ๐
Information about tenders
Number of tenders received: 4
Name and address of the contractor
Name: Uberbase
National registration number: 88891422-00002h
Postal address: 1581 Hillside avenue, Suite 177 Victoria, British Columbia VBT 2C1, Canada
Postal town: Victoria
Postal code: VBT 2CI
Country: Canada ๐จ๐ฆ
Region: 00 ๐๏ธ
The contractor is an SME
Information on value of the contract/lot (excluding VAT)
Estimated total value of the contract/lot: EUR 1 500 000 ๐ฐ
Currency code: EUR ๐ฐ
Lowest offer: 1500000.00
Highest offer: 1500000.00
Complementary information Additional information
โ1) 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...โ
1) 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;
2) This is the sole call for competition for this contract/framework;
3) The Contracting Authority will not be responsible for any costs, charges or expenses incurred by candidates or tenderers;
4) Contract award will be subject to the approval of the competent authorities;
5) It will be a condition of award that the successful tenderer is and remains tax compliant;
6) 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;
7) Please note in relation to all documents, that where reference is made to a particular standard, make, source, process, trademark, type or patent, that this is not to be regarded as a de facto requirement. In all such cases it should be understood that such indications are to be treated strictly and solely for reference purposes only, to which the words "or equivalent" will always be appended;
8) Without prejudice to the principle of equal treatment, the Contracting Authority is not obliged to engage in a clarification process in respect of the procurement documents with missing or incomplete information. Therefore, respondents are advised to ensure that they return completed documentation in order to avoid the risk of elimination from the competition.
Show more Review body
Name: High Court
Postal address: Inns Quay
Postal town: Dublin 2
Country: Ireland ๐ฎ๐ช
E-mail: highcourtcentraloffice@courts.ie๐ง Review procedure
Precise information on deadline(s) for review procedures:
โInstrument SI 130 of 2014, until after the expiry of the standstill period which commences on the day following the date of notification of concerned...โ
Precise information on deadline(s) for review procedures
Instrument SI 130 of 2014, until after the expiry of the standstill period which commences on the day following the date of notification of concerned candidates and tenderers. The duration of the Contracting Authority will not conclude this Framework Agreement (and the reviewable public contract) to which a standstill period applies in accordance with Irish Statutory standstill period will be 14 calendar days where notifications are sent electronically or by fax and 16 calendar days where these are sent by any other means. The Statutory Instrument mentioned above provides that review procedures are available in the High Court to a person who has or has had an interest in obtaining the Framework Agreement (including the reviewable public contract and alleges that he or she has been harmed or is at risk of being harmed by an infringement of the law in relation to that Framework Agreement and reviewable public contract.
Show more
Source: OJS 2018/S 204-465794 (2018-10-18)
Modification of a contract/concession during its term (2021-12-24) Contracting authority Name and addresses
Name: Insolvency Service of Ireland
Postal address: Block 2, Phoenix House, Conyngham Road, Dublin 8
Postal town: Dublin
Postal code: D08 T3CK
Contact person: Trevor J. Noonan
Phone: +353 0761064200๐
E-mail: tjnoonan@isi.gov.ie๐ง
Region: Ireland๐๏ธ
URL: https://www.isi.gov.ie๐
Object Scope of the procurement
Title:
โIT Services Agreement for the Supply and Implementation of an Online Case Management Solution and Associated Services for the Insolvency Service of...โ
Title
IT Services Agreement for the Supply and Implementation of an Online Case Management Solution and Associated Services for the Insolvency Service of Ireland
RFT # 127583
Show more Description
Place of performance: Ireland๐๏ธ
Main site or place of performance: Dublin
Description of the procurement:
โThe Insolvency Service of Ireland (ISI) is seeking a fully managed end-to-end solution to meet its case management needs. The standard functionality of the...โ
Description of the procurement
The Insolvency Service of Ireland (ISI) is seeking a fully managed end-to-end solution to meet its case management needs. The standard functionality of the chosen system must be the best possible fit for the ISIโs requirements and require the least number of customisations. The required solution must include all the following components:
โ fully hosted case management system to meet all requirements currently in scope;
โ user authorisation and user management component;
โ training delivery and training material to support a successful implementation;
โ annual software support and maintenance;
โ development services to deliver key enhancements as identified by the ISI, after the initial contract period;
โ fully managed application, database and server environment;
โ compliance with required legislation.
Show more Duration of the contract, framework agreement or dynamic purchasing system
The time frame below is expressed in number of months.
Description
Duration: 60
Procedure Administrative information
Previous publication concerning this procedure: 2018/S 204-465794
Award of contract
Contract Number: RFT # 127583
Title:
โSupply and Implementation of an Online Case Management Solution and Associated Services for the Insolvency Service of Irelandโ Name and address of the contractor
Name: Uberbase.com Inc
Postal address: 1581 Hillside Avenue, Suite 177 Victoria, British Columbia VBT 2C1, Canada
Region: ca ๐๏ธ Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 1 500 000 ๐ฐ
Complementary information Review body
Name: The High Court of Ireland
Postal address: Four Courts, Inns Quay Dublin 7
Postal town: Dublin
E-mail: highcourtcentraloffice@courts.ie๐ง
URL: http://www.courts.ie๐ Review procedure
Precise information on deadline(s) for review procedures:
โPlease refer to Statutory Instrument 130 of 2010, the European Communities (Public Authorities' Contracts) (Review Procedures) Regulations 2010, and in...โ
Precise information on deadline(s) for review procedures
Please refer to Statutory Instrument 130 of 2010, the European Communities (Public Authorities' Contracts) (Review Procedures) Regulations 2010, and in particular Regulation 7.
Show more
Source: OJS 2021/S 253-672606 (2021-12-24)
Object Scope of the procurement
Title:
โIT Services Agreement for the Supply and Implementation of an Online Case Management Solution and Associated Services for the Insolvency Service of...โ
Title
IT Services Agreement for the Supply and Implementation of an Online Case Management Solution and Associated Services for the Insolvency Service of Ireland
RFT#127583
Show more Description
Place of performance: Dublin๐๏ธ
Description of the procurement:
โThe Insolvency Service of Ireland (ISI) is seeking a fully managed end-to-end solution to meet its case management needs. The standard functionality of the...โ
Description of the procurement
The Insolvency Service of Ireland (ISI) is seeking a fully managed end-to-end solution to meet its case management needs. The standard functionality of the chosen system must be the best possible fit for the ISIโs requirements and require the least number of customisations.
The required solution must include all of the following components:
โข fully hosted Case Management System to meet all requirements
currently in scope.
โข user authorisation and user management component.
โข training delivery and training material to support a successful
implementation.
โข annual software support and maintenance.
โข development services to deliver key enhancements as identified by the
ISI, after the initial contract period.
โข fully managed application, database, and server environment.
โข compliance with required legislation.
Award of contract
Contract Number: RFT#127583
Name and address of the contractor
Postal address: 1581 Hillside Avenue, Suite 177 Victoria, British Columbia, VBT 2C1, Canada
Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 1 429 329 ๐ฐ
Complementary information Additional information
โFor the avoidance of doubt, the proposed modifications comprise additional services by the original contractor pursuant to Art 72(1)(b) of Directive...โ
For the avoidance of doubt, the proposed modifications comprise additional services by the original contractor pursuant to Art 72(1)(b) of Directive 2014/24/EU. These modifications have also been brought about by circumstances which a diligent contracting authority could not foresee pursuant to Art 72(1)(c) 2014/24/EU.