The Authority is seeking to appoint a service provider for the provision of financial management, governance, financial consulting, business transformation and administration resource services to the Authority. The scope is outlined in the request for tenders attached to this contract notice under the following business areas:
โ central finance services,
โ leap card finance services,
โ public transport finance services,
โ strategic finance and business planning services,
โ capital investment finance services,
โ rural transport finance services,
โ governance and risk management services, and
โ other services.
Deadline
The time limit for receipt of tenders was 2019-07-31.
The procurement was published on 2019-06-17.
Suppliers
The following suppliers are mentioned in award decisions or other procurement documents:
Object Scope of the procurement
Title: Provision of Finance Resources
Products/services: Accounting, auditing and fiscal services๐ฆ
Short description:
โThe Authority is seeking to appoint a service provider for the provision of financial management, governance, financial consulting, business transformation...โ
Short description
The Authority is seeking to appoint a service provider for the provision of financial management, governance, financial consulting, business transformation and administration resource services to the Authority. The scope is outlined in the request for tenders attached to this contract notice under the following business areas:
โ central finance services,
โ leap card finance services,
โ public transport finance services,
โ strategic finance and business planning services,
โ capital investment finance services,
โ rural transport finance services,
โ governance and risk management services, and
โ other services.
The Authority is seeking to appoint a service provider for the provision of financial management, governance, financial consulting, business transformation and administration resource services to the Authority. The scope is outlined in the request for tenders attached to this contract notice under the following business areas:
โ central finance services,
โ leap card finance services,
โ public transport finance services,
โ strategic finance and business planning services,
โ capital investment finance services,
โ rural transport finance services,
โ governance and risk management services, and
โ other services.
Show more Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
Duration of the contract, framework agreement or dynamic purchasing system
The time frame below is expressed in number of months.
Description
Duration: 24
Duration of the contract, framework agreement or dynamic purchasing system
This contract is subject to renewal โ Description
Description of renewals:
โAt the discretion of the Authority, the Contract may be renewed for period(s) up to a maximum of 2 years after the end of the second year.โ
Legal, economic, financial and technical information Conditions for participation
List and brief description of conditions: As set out in the procurement documents.
Economic and financial standing
Selection criteria as stated in the procurement documents
Technical and professional ability
Selection criteria as stated in the procurement documents
Conditions related to the contract
Contract performance conditions: As set out 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
Open procedure
Administrative information
Time limit for receipt of tenders or requests to participate: 2019-07-31
12:00 ๐
Languages in which tenders or requests to participate may be submitted: English ๐ฃ๏ธ
Tender must be valid until: 2020-01-31 ๐
Conditions for opening of tenders: 2019-07-31
12:00 ๐
Complementary information Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
Additional information
โThe Contracting Authority will not be responsible for any costs, charges or expenses incurred by candidates or tenderers relating to this contract award...โ
The Contracting Authority will not be responsible for any costs, charges or expenses incurred by candidates or tenderers relating to this contract award procedure irrespective of the outcome of the competition, or if the competition is postponed or cancelled. All costs incurred by interested parties in participating in this competition must be borne by them.
Any contract award will be subject to a number of preconditions, including production of a current tax clearance certificate or tax clearance statement from the Revenue Commissioners in Ireland. The Contracting Authority may terminate this competition (or any part thereof), change the basis of and the procedures for the bidding process, at any time, or procure the project by alternative means if it appears that the project can thereby be more advantageously procured.
The most economically advantageous or any tender will not automatically be accepted.
Refer to procurement documents for further information.
Show more Review body
Name: High Court of Ireland
Postal address: Four Courts, Ground Floor (East Wing), Inns Quay
Postal town: Dublin 7
Postal code: D7
Country: Ireland ๐ฎ๐ช
Phone: +353 18886000๐
E-mail: highcourtcentraloffice@courts.ie๐ง
Fax: +353 18886125 ๐
URL: http://www.courts.ie๐ Review procedure
Precise information on deadline(s) for review procedures:
โAs set out in S.I. No 130/2010 European Communities (Public Authorities' Contracts) (Review Procedures) Regulations 2010 (in particular Regulation 7 thereof).โ
Source: OJS 2019/S 117-287127 (2019-06-17)
Contract award notice (2020-01-29) Object Scope of the procurement
Total value of the procurement (excluding VAT): EUR 14 997 150 ๐ฐ
Description
Main site or place of performance: Ireland.
Award criteria
Quality criterion (name):
โThe quality of the experience, skillsets and qualifications of the management personnel and governance structure proposedโ
Quality criterion (weighting): 30
Quality criterion (name):
โThe quality of the approach to managed service delivery that will be implementedโ
Quality criterion (name): Volume discount
Quality criterion (weighting): 5
Price (weighting): 35
Procedure Administrative information
Previous publication concerning this procedure: 2019/S 117-287127
Award of contract
1๏ธโฃ
Contract Number: 1
Title: Provision of Finance Resources
Date of conclusion of the contract: 2019-12-18 ๐
Information about tenders
Number of tenders received: 4
Number of tenders received by electronic means: 4
Name and address of the contractor
Name: Ernst and Young
National registration number: IE 4554695L
Postal address: Harcourt Centre, Harcourt Street
Postal town: Dublin
Country: Ireland ๐ฎ๐ช
Phone: +353 4794074๐
E-mail: eytendersirl@ie.ey.com๐ง
Region: Dublin๐๏ธ
URL: http://www.ey.com๐
The contractor is an SME
Information on value of the contract/lot (excluding VAT)
Estimated total value of the contract/lot: EUR 14 997 150 ๐ฐ
Total value of the contract/lot: EUR 14 997 150 ๐ฐ
Complementary information Additional information
โThe contracting authority will not be responsible for any costs, charges or expenses incurred by candidates or tenderers relating to this contract award...โ
The contracting authority will not be responsible for any costs, charges or expenses incurred by candidates or tenderers relating to this contract award procedure irrespective of the outcome of the competition, or if the competition is postponed or cancelled. All costs incurred by interested parties in participating in this competition must be borne by them.
Any contract award will be subject to a number of preconditions, including production of a current tax clearance certificate or tax clearance statement from the Revenue Commissioners in Ireland. The contracting authority may terminate this competition (or any part thereof), change the basis of and the procedures for the bidding process, at any time, or procure the project by alternative means if it appears that the project can thereby be more advantageously procured.
The most economically advantageous or any tender will not automatically be accepted.
Refer to procurement documents for further information.
Show more
Source: OJS 2020/S 023-051433 (2020-01-29)