Back to tenders & grants page
Ireland-Dublin: IT services: consulting, software development, Internet and support
Receive Tenders like this by email

Ireland-Dublin: IT services: consulting, software development, Internet and support

Electricity Supply Board (ESB) (N/A) has announced a winner on 01 Apr 2019 for the following project: Ireland-Dublin: IT services: consulting, software development, Internet and support.

The amount allocated for this project has not been disclosed. During this time, the company will be responsible to fulfill its obligations, as stated in the Terms and Conditions. Anyone who wish to appeal this decision can contact Electricity Supply Board (ESB) (N/A)

Bellow, you can find more information about the project:

Location: Ireland

General information

Donor:

Electricity Supply Board (ESB) (N/A)

Industry:

Consulting

Consumer Goods & Services

Information Technology

Status:

Contract award

Timeline

Published:

01 Aug 2019

Deadline:

01 Apr 2019

Value:

Not available

Contacts

Name:

Joey Gormly

Donie Cahalane

Phone:

+353 12076000

+353 18886000

+353 17027474

+353 17026157

+353 14853551

Description

Contract award notice – utilities

Results of the procurement procedure

Services

Legal Basis:
Directive 2014/25/EU

Section I: Contracting entity

I.1)Name and addresses
Official name: Electricity Supply Board (ESB)
National registration number: N/A
Postal address: 27 Lower Fitzwilliam Street
Town: Dublin 2
NUTS code: IE0 IRELAND
Postal code: Dublin
Country: Ireland
Contact person: Donie Cahalane
E-mail: [email protected]
Telephone: +353 17026157
Internet address(es):
Main address: http://www.esb.ie
Address of the buyer profile: https://irl.eu-supply.com/ctm/Company/CompanyInformation/Index/377
I.6)Main activity
Electricity

Section II: Object

II.1)Scope of the procurement
II.1.1)Title:

Provision of a Commercial Off-The-Shelf (COTS) Contractor Safety Management System.

Reference number: SSCON2681
II.1.2)Main CPV code
72000000 IT services: consulting, software development, Internet and support
II.1.3)Type of contract
Services
II.1.4)Short description:

Electricity Supply Board (ESB) seeks to procure a commercial off-the-shelf software system to facilitate contractor company safety management. The system must be vendor hosted, and provide secure access for both contract companies and ESB users. It must be mobile (smart-device) enabled to support the current mobile platforms, and provide a high degree of self-drive capability. It

Will be critical that the proposed solution has a full suite of dynamic reporting capabilities.

II.1.6)Information about lots
This contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)
72200000 Software programming and consultancy services
72500000 Computer-related services
II.2.3)Place of performance
NUTS code: IE0 IRELAND
Main site or place of performance:

Dublin

II.2.4)Description of the procurement:

ESB is currently working directly with approximately three hundred third-party contract companies throughout the Republic of Ireland. These contract companies supply skills and services in a number of frameworks.

— timber,

— poling,

— civil engineering,

— electrical,

— security,

— catering, etc.

ESB are seeking to enhance the management of safety with its contract companies by sourcing a COTS solution. The successful provider will already have delivered a similar solution to industries to the scale and requirements that are being sought by ESB.

ESB is inviting expressions of interest from applicants to provide a Contractor Safety Management (COTS) System (product license and maintenance) and implementation services to ESB.

ESB engage a significant number of third-party contract companies of various scales and commercial dimensions to help deliver and support the electrical infrastructure, and associated services throughout the Republic of Ireland. Safety management is at the core of operations. To enhance safety management of the contract companies, ESB are seeking a COTS solution. The key elements of the requirement are outlined below.

A full appreciation of the ESB company can be viewed at the following internet address: - http://www.esb.ie

The vendors proposed solution must include the following Contractor Safety Management System capabilities:

— PTW (Permit-To-Work),

— Contractor Company Assessment,

— Contractor Resource Management,

— Incident Management,

— Recording of Good-Catch/Near Miss events,

— Audit Management,

— Full Dynamic Reporting.

ESB is seeking a single COTS system as a Service, to cater for the safety management of its significant contract company base. The key aspects of the solution are as follows;

— commercial off-the-shelf functionality that will enhance the safety management of its contract companies,

— a proven system already in service with a similar type and scale of company as ESB,

— the system must be vendor hosted. The data must be secured and stored in accordance with the relevant data protection regulations,

— the system must be mobile enabled.

ESB will also require implementation services to configure the solution to ESB specific requirements.

Please note, if the principal Contractor is not the supplier of the product — ESB retains the right to have annual licence and maintenance contract directly with the product owner.

II.2.5)Award criteria
Quality criterion - Name: Technical / Weighting: 60 %
Price - Weighting: 40 %
II.2.11)Information about options
Options: yes
Description of options:

ESB retains the option of extending the contract up to 2 years by mutual consent.

II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information

Please consult the associated documentation, which contains full instructions regarding the submission of tenders and is available to download from www.etenders.gov.ie using RFT ID 108537

Section IV: Procedure

IV.1)Description
IV.1.1)Type of procedure
Negotiated procedure with prior call for competition
IV.1.3)Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
IV.1.8)Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: yes
IV.2)Administrative information
IV.2.1)Previous publication concerning this procedure
Notice number in the OJ S: 2016/S 165-297542
IV.2.8)Information about termination of dynamic purchasing system
IV.2.9)Information about termination of call for competition in the form of a periodic indicative notice

Section V: Award of contract

Contract No: 1
Title:

Provision of a Commercial Off-The-Shelf (COTS) Contractor Safety Management System

A contract/lot is awarded: yes
V.2)Award of contract
V.2.1)Date of conclusion of the contract:
04/01/2019
V.2.2)Information about tenders
Number of tenders received: 3
Number of tenders received from SMEs: 0
Number of tenders received from tenderers from other EU Member States: 3
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 3
The contract has been awarded to a group of economic operators: no
V.2.3)Name and address of the contractor
Official name: Effective Software
National registration number: IE9671352H
Postal address: The Moorings, Lennox Place
Town: Portobello
NUTS code: IE0 IRELAND
Postal code: Dublin
Country: Ireland
E-mail: [email protected]
Telephone: +353 14853551
Internet address: http://www.effective-software.com/
The contractor is an SME: no
V.2.4)Information on value of the contract/lot (excluding VAT)
V.2.5)Information about subcontracting
V.2.6)Price paid for bargain purchases

Section VI: Complementary information

VI.3)Additional information:

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 entity will not accept responsibility for information relayed (or not relayed) via third parties;

2) This is the sole call for competition for this service;

3) The contracting entity 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 candidates are tax compliant;

6) If for any reason it is not possible to admit to the Framework Agreement one or more of the tenderers invited following the conclusion of this competitive process, or having awarded a contract under the Framework Agreement, the contracting entity reserves the right to invite the next highest scoring tenderer to join the Framework Agreement and/or deliver the contract as appropriate to the circumstances pertaining to the framework;

7) At its absolute discretion, the contracting entity may elect to terminate this procurement process, the Framework Agreement or any contract awarded under the Framework Agreement at any time;

8) 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;

9) Without prejudice to the principle of equal treatment, the contracting entity 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. 10) At Section II.2.9 we have indicated that 5 or 8 will be invited to tender, please note that the contracting entity reserves the right to invite at least 3 or 5 subject to that number qualifying.

VI.4)Procedures for review
VI.4.1)Review body
Official name: Chief Registrar
Postal address: Four Courts, Inns Quay, Dublin 7
Town: Dublin
Country: Ireland
Telephone: +353 18886000
Internet address: http://www.courts.ie
VI.4.2)Body responsible for mediation procedures
Official name: As Required
Town: As Required
Country: Ireland
VI.4.3)Review procedure
Precise information on deadline(s) for review procedures:

The Contracting entity will not conclude this Framework Agreement/contract until after the expiry of the standstill period which commences on the day following the date of notification of concerned tenderers. Review procedures are available in the High Court to a person who has or has had an interest in obtaining the Framework Agreement/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/contract.

VI.5)Date of dispatch of this notice:
04/01/2019

http://ted.europa.eu/udl?uri=TED:NOTICE:8152-2019:TEXT:EN:HTML&src=0&tabId=2

Get free access to our Tenders & Grants Database

Our service is free of charge and will always be

Join Now

Donors

Find out more