The contracting authority proposes to engage in a competitive process for the establishment of a single-party framework agreement for the provision of a regulatory and case management platform and associated services to the Health and Safety Authority.
Deadline
The time limit for receipt of tenders was 2021-03-09.
The procurement was published on 2021-02-03.
Suppliers
The following suppliers are mentioned in award decisions or other procurement documents:
Object Scope of the procurement
Title:
โThe Provision of a Regulatory and Case Management Platform and Associated Services for the Health and Safety Authority (1)โ
Products/services: IT services: consulting, software development, Internet and support๐ฆ
Short description:
โThe contracting authority proposes to engage in a competitive process for the establishment of a single-party framework agreement for the provision of a...โ
Short description
The contracting authority proposes to engage in a competitive process for the establishment of a single-party framework agreement for the provision of a regulatory and case management platform and associated services to the Health and Safety Authority.
Show more
Estimated value excluding VAT: EUR 4 520 000 ๐ฐ
1๏ธโฃ
Additional products/services: Software programming and consultancy services๐ฆ
Additional products/services: Data services๐ฆ
Place of performance: Dublin๐๏ธ
Main site or place of performance: Dublin 1.
Description of the procurement:
โThe contracting authority proposes to engage in a competitive process for the establishment of a single-party framework agreement for the provision of a...โ
Description of the procurement
The contracting authority proposes to engage in a competitive process for the establishment of a single-party framework agreement for the provision of a regulatory and case management platform and associated services to the Health and Safety Authority. In 2018, the authority launched a 4-year ICT strategy (2019-2022) as part of its commitment to align ICT with business needs. The ICT strategy identifies a number of key initiatives, with the highest priority initiative identified as a business transformation programme focussing on optimising and challenging existing work practises and processes to support core regulatory and business operations. The authority wants to introduce new ways of working, to challenge and change how we deliver our mandate, considering both the processes, which are in place today and those that may be required in the future. The technology solution sought under this competition will underpin and support these goals. There are a number of existing technology solutions in use today in the authority, the core compliance and enforcement business application, GeoSmart, no longer meets the needs of the organization and a new technology solution is being sought from the market under this competition.
The new platform must support the authority in realising its business goals and objectives as outlined in section 5 of the attached PQQ.
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 4 520 000 ๐ฐ
Duration of the contract, framework agreement or dynamic purchasing system
The time frame below is expressed in number of months.
Description
Duration: 84
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 five (5) years with the option to extend by a further period of two (2) years subject to a maximum of seven (7) years,...โ
Description of renewals
The framework agreement will be for five (5) years with the option to extend by a further period of two (2) years subject to a maximum of seven (7) years, subject to annual review, satisfactory performance, business needs and budgetary constraints.
Show more Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 6
Objective criteria for choosing the limited number of candidates:
โPlease consult the associated documentation, which contains full instructions regarding the submission of applications.โ Description
Additional information:
โPlease consult the associated documentation, which contains full instructions regarding the submission of applications.โ
Legal, economic, financial and technical information Conditions for participation
List and brief description of conditions:
โPlease consult the associated documentation, which contains full instructions regarding the submission of applications.โ 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:
โPlease consult the associated documentation, which contains full instructions regarding the submission of applications.โ 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 procedure with negotiation
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: The nature of the services to be provided
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
Information about negotiation
The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations
Administrative information
Time limit for receipt of tenders or requests to participate: 2021-03-09
16:00 ๐
Estimated date of dispatch of invitations to tender or to participate to selected candidates: 2021-04-06 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
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) Suppliers must register their interest on the eTenders web site (www.etenders.gov.ie) in order to be included on the mailing list for clarifications and to respond electronically to the competition. There is a maximum upload limit of 2GB per document on etenders. Documents larger than this should be divided into smaller files prior to upload or zipped.
3) Should you experience difficulty when uploading documents please contact the eTenders Support Desk for technical assistance. Email etenders@eu-supply.com or Telephone: 353 (0) 21 243 92 77 (9 a.m.-17.30 p.m. GMT);
4) All queries regarding this tender requirement or process must be submitted through the Irish Government Procurement Opportunities Portal www.etenders.gov.ie (RFT ID:183982) as a specific question. Responses will be circulated to those tenderers that have registered an interest in this notice on www.etenders.gov.ie The details of the person making a query will not be disclosed when circulating the response;
5) This is the sole call for competition for this contract/framework;
6) The contracting authority will not be responsible for any costs, charges or expenses incurred by candidates or tenderers;
7) Contract award will be subject to the approval of the competent authorities;
8) It will be a condition of award that the successful tenderer is and remains tax compliant;
9) 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;
10) 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 โor equivalentโ will always be appended;
11) 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 7
Country: Ireland ๐ฎ๐ช
E-mail: highcourtcentraloffice@courts.ie๐ง Review procedure
Precise information on deadline(s) for review procedures:
โThe contract/framework is covered by the Remedies Directive and the relevant standstill period applied at time of notification.โ
Source: OJS 2021/S 026-064432 (2021-02-03)
Contract award notice (2022-02-07) Contracting authority Name and addresses
Postal address: The Metropolitan Building
Postal code: James Joyce Street
Contact person: Edel Smyth
Phone: +353 16147000๐
E-mail: edel_smyth@hsa.ie๐ง
Object Scope of the procurement
Short description:
โThe Contracting Authority proposes to engage in a competitive process for the establishment of a single-party framework agreement for the provision of a...โ
Short description
The Contracting Authority proposes to engage in a competitive process for the establishment of a single-party framework agreement for the provision of a Regulatory and Case Management Platform and Associated Services to the Health & Safety Authority.
Show more
Total value of the procurement (excluding VAT): EUR 4 478 245 ๐ฐ
Description
Main site or place of performance: Dublin 1
Description of the procurement:
โThe Contracting Authority has engaged in a competitive process for the establishment of a single-party framework agreement for the provision of a Regulatory...โ
Description of the procurement
The Contracting Authority has engaged in a competitive process for the establishment of a single-party framework agreement for the provision of a Regulatory and Case Management Platform and Associated Services to the Health & Safety Authority. In 2018, the Authority launched a four-year ICT strategy (2019 โ 2022) as part of its commitment to align ICT with business needs. The ICT strategy identified a number of key initiatives, with the highest priority initiative identified as a business transformation programme focusing on optimising and challenging existing work practices and processes to support core regulatory and business operations. The Authority wants to introduce new ways of working, to challenge and change how we deliver our mandate, considering both the processes, which are in place today and those that may be required in the future. The technology solution sought under this competition will underpin and support these goals. There are a number of existing technology solutions in use today in the Authority, the core compliance and enforcement business application, GeoSmart, no longer meets the needs of the organization and a new technology solution is being sought from the market under this competition.
The new platform will support the Authority in realising its business goals and objectives as outlined in section 5 of the attached PQQ.
Show more Award criteria
Quality criterion (name): Functional Requirements
Quality criterion (weighting): 30
Quality criterion (name): Technical Requirements
Quality criterion (weighting): 25
Quality criterion (name): Project Management and Delivery
Quality criterion (weighting): 15
Quality criterion (name): Service Support
Quality criterion (weighting): 10
Cost criterion (name): Cost
Cost criterion (weighting): 20
Procedure Information about framework agreement
The procurement involves the establishment of a framework agreement
Administrative information
Previous publication concerning this procedure: 2021/S 026-064432
Information about termination of call for competition in the form of a prior information notice
The contracting authority will not award any further contracts based on the above prior information notice
Award of contract
1๏ธโฃ
Contract Number: 1
Title:
โThe Provision of a Regulatory and Case Management Platform and Associated Services for the Health and Safety Authorityโ
Date of conclusion of the contract: 2021-12-02 ๐
Information about tenders
Number of tenders received: 5
Name and address of the contractor
Name: Codec-dss
Postal address: Hyde House, Adelaide Road, Dublin 2
Postal town: Dublin
Country: Ireland ๐ฎ๐ช
Region: รire/Ireland๐๏ธ
The contractor is an SME
Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 4 478 245 ๐ฐ
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) Suppliers must register their interest on the eTenders web site (www.etenders.gov.ie) in order to be included on the mailing list for clarifications and to respond electronically to the competition. There is a maximum upload limit of 2GB per document on etenders. Documents larger than this should be divided into smaller files prior to upload or zipped.
3) Should you experience difficulty when uploading documents please contact the eTenders Support Desk for technical assistance. Email etenders@eu-supply.com or Telephone: 353 (0) 21 243 92 77 (09:00am โ 17:30pm GMT)
4) All queries regarding this tender requirement or process must be submitted through the Irish Government Procurement Opportunities Portal www.etenders.gov.ie (RFT ID:183982) as a specific question. Responses will be circulated to those tenderers that have registered an interest in this notice on www.etenders.gov.ie The details of the person making a query will not be disclosed when circulating the response
5) This is the sole call for competition for this contract/framework.
6) The contracting authority will not be responsible for any costs, charges or expenses incurred by candidates or tenderers.
7) Contract award will be subject to the approval of the competent authorities.
8) It will be a condition of award that the successful tenderer is and remains tax compliant.
9) 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.
10) 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.
11) 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
Postal town: Dublin
Postal code: 7
Source: OJS 2022/S 030-077050 (2022-02-07)