Single Party framework agreement for the provision, implementation and support of an Enterprise Resource Planning (ERP) system together with related services for Waterways Ireland

Expressions of interest are invited from suitably qualified Applicants interested in being considered for the provision of an Enterprise Resource Planning System plus related services to the Contracting Authority. The Contracting Authority currently manages the business through individual / non-interfaced systems with a heavy reliance on MS Office products. The …

CPV: 48451000 Paquetes de software de planificación de recursos empresariales, 48812000 Sistemas de información financiera, 72000000 Servicios TI: consultoría, desarrollo de software, Internet y apoyo, 72212451 Servicios de desarrollo de software de planificación de recursos empresariales, 72260000 Servicios relacionados con el software
Plazo:
7 de octubre de 2024 a las 12:00
Tipo de plazo:
Presentación de una oferta
Lugar de ejecución:
Single Party framework agreement for the provision, implementation and support of an Enterprise Resource Planning (ERP) system together with related services for Waterways Ireland
Organismo adjudicador:
Waterways Ireland_225
Número de premio:
1

1. Buyer

1.1 Buyer

Official name : Waterways Ireland_225
Legal type of the buyer : Body governed by public law, controlled by a central government authority
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Single Party framework agreement for the provision, implementation and support of an Enterprise Resource Planning (ERP) system together with related services for Waterways Ireland
Description : Expressions of interest are invited from suitably qualified Applicants interested in being considered for the provision of an Enterprise Resource Planning System plus related services to the Contracting Authority. The Contracting Authority currently manages the business through individual / non-interfaced systems with a heavy reliance on MS Office products. The intention is to replace these with a new Finance, Project Management, Asset Management, and Work Force Management solution. Ideally these should be integrated as an ERP solution; however, consideration will be given to separate systems that can seamlessly integrate with each other. Delivery may be achieved by implementing this in a phased approach. The successful supplier will work with the Contracting Authority to ensure the system and processes are developed to maximise the return on investment. By transitioning to a unified system, the Contracting Authority can automate tasks, reduce reliance on manual data manipulation, and improve workflow efficiency, thereby enhancing the overall business management and reporting framework. This new system should offer robust self-serve capabilities, thereby reducing the dependency on the individual centralised functions for routine tasks. For the Contracting Authority to fully capitalise on the benefits of these recommendations, organisational change management is crucial. There will be the need for comprehensive training programmes and support mechanisms to ensure that employees are well equipped to utilise the new system. The Contracting Authority is therefore looking for service providers who can provide the following: - An off the shelf package that can satisfy the requirements listed here. - Experience gained in the design, configuration, implementation and support of similar projects. - The ability to manage the delivery of this project to an agreed timeframe with minimal disruption to the Contracting Authority, helping reduce the total cost of ownership. - Experience gained in the implementation of an ERP System. This ERP solution, should bring together the Contracting Authority’s core business functions, using a shared database to support and connect the key business activities (Project Management, Finance, Asset Management and Works Management). This will provide the Contracting Authority with a single source of accurate information and will help automate many processes, whilst providing dashboards and other reporting tools that provide digestible, real-time views of information from across the organization. The Contracting Authority’s assumption is this will be a cloud hosted solution. The Contracting Authority is agnostic as to which cloud solution partners propose using. Additional in scope functionality may be required in the final system specification or throughout the lifetime of the framework agreement.
Procedure identifier : 59b297d2-3c64-46c3-9ec1-3bca9ccbf8dd
Internal identifier : 1
Type of procedure : Competitive dialogue
Justification for the accelerated procedure :
Main features of the procedure :

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 72212451 Enterprise resource planning software development services
Additional classification ( cpv ): 48451000 Enterprise resource planning software package
Additional classification ( cpv ): 48812000 Financial information systems
Additional classification ( cpv ): 72000000 IT services: consulting, software development, Internet and support
Additional classification ( cpv ): 72260000 Software-related services

2.1.2 Place of performance

Country subdivision (NUTS) : Fermanagh and Omagh ( UKN0G )
Country : Ireland

2.1.3 Value

Maximum value of the framework agreement : 20 000 000 Euro

2.1.4 General information

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 eTenders Resource ID – 4260253. (1) Interested parties must associate their organisation with this competition on the eTenders web site ( www.etenders.gov.ie) in order to be included on the mailing list for clarifications and to upload tender responses. To do this you must do the following: Log-in to the eTenders portal; Locate the competition using the Advanced Search by searching under the Contracting Authority or Resource ID. Click on the hyperlink for the competition which will bring you to the CfT Workspace. In the Show CfT Menu for the competition click on the “Expression of Interest in the drop-down menu. Complete the Association with the CfT tab. This will then provide you with a link to Tender under the Show CfT Menu where you can prepare your submission. (2) When finalising your submission please upload your final response as a zip file as individual documents will lose their titles if uploaded individually. Also ensure that you receive a message under the status header called Submitted, as the percentage tab does not imply you have successfully submitted your response. (3) There is a maximum upload limit of 250mb per file / 500mb per submission. (4) Suppliers should note the following when making their submission suppliers must ensure that they give themselves sufficient time to upload & submit all required documentation before the submission deadline. Suppliers should consider the fact that upload speeds vary and that the new eTenders system operates in a different manner to the previous platform operated by EU-Supply. The submit button will be disable automatically upon the expiration of the response deadline. (5) If you experience difficulty when uploading documents, please contact the eTenders Support Desk for technical assistance. Email irish-eproc-helpdesk@eurodym.com or Telephone: +353(0)818 001459 (09:00 – 17:00 hours). (6) Applications submitted by any other means (including but not limited to email or post or hand delivery) will not be accepted. (7) 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. (8) All queries regarding this process must be submitted through the Irish Government Procurement Opportunities Portal www.etenders.gov.ie 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 (9) The estimated value for the framework published is provided strictly for indicative purposes only as there is no guaranteed expenditure under the framework agreement. (10) The contracting authority will not be responsible for any costs, charges or expenses incurred by candidates or tenderers. Contract award will be subject to the approval of the competent authorities. (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. (12) Where applicable, 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. (13) 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.
Legal basis :
Directive 2014/24/EU

2.1.5 Terms of procurement

Terms of submission :
Maximum number of lots for which one tenderer can submit tenders : 0

2.1.6 Grounds for exclusion

Purely national exclusion grounds : Please consult the PQQ available on eTenders.

5. Lot

5.1 Lot technical ID : LOT-0001

Title : Single Party framework agreement for the provision, implementation and support of an Enterprise Resource Planning (ERP) system together with related services for Waterways Ireland
Description : Expressions of interest are invited from suitably qualified Applicants interested in being considered for the provision of an Enterprise Resource Planning System plus related services to the Contracting Authority. The Contracting Authority currently manages the business through individual / non-interfaced systems with a heavy reliance on MS Office products. The intention is to replace these with a new Finance, Project Management, Asset Management, and Work Force Management solution. Ideally these should be integrated as an ERP solution; however, consideration will be given to separate systems that can seamlessly integrate with each other. Delivery may be achieved by implementing this in a phased approach. The successful supplier will work with the Contracting Authority to ensure the system and processes are developed to maximise the return on investment. By transitioning to a unified system, the Contracting Authority can automate tasks, reduce reliance on manual data manipulation, and improve workflow efficiency, thereby enhancing the overall business management and reporting framework. This new system should offer robust self-serve capabilities, thereby reducing the dependency on the individual centralised functions for routine tasks. For the Contracting Authority to fully capitalise on the benefits of these recommendations, organisational change management is crucial. There will be the need for comprehensive training programmes and support mechanisms to ensure that employees are well equipped to utilise the new system. The Contracting Authority is therefore looking for service providers who can provide the following: - An off the shelf package that can satisfy the requirements listed here. - Experience gained in the design, configuration, implementation and support of similar projects. - The ability to manage the delivery of this project to an agreed timeframe with minimal disruption to the Contracting Authority, helping reduce the total cost of ownership. - Experience gained in the implementation of an ERP System. This ERP solution, should bring together the Contracting Authority’s core business functions, using a shared database to support and connect the key business activities (Project Management, Finance, Asset Management and Works Management). This will provide the Contracting Authority with a single source of accurate information and will help automate many processes, whilst providing dashboards and other reporting tools that provide digestible, real-time views of information from across the organization. The Contracting Authority’s assumption is this will be a cloud hosted solution. The Contracting Authority is agnostic as to which cloud solution partners propose using. Additional in scope functionality may be required in the final system specification or throughout the lifetime of the framework agreement.
Internal identifier : 0

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 72212451 Enterprise resource planning software development services
Additional classification ( cpv ): 48451000 Enterprise resource planning software package
Additional classification ( cpv ): 48812000 Financial information systems
Additional classification ( cpv ): 72000000 IT services: consulting, software development, Internet and support
Additional classification ( cpv ): 72260000 Software-related services

5.1.2 Place of performance

Country subdivision (NUTS) : Fermanagh and Omagh ( UKN0G )
Country : Ireland
Additional information :

5.1.3 Estimated duration

Start date : 01/06/2025
Duration : 15 Year

5.1.5 Value

Estimated value excluding VAT : 20 000 000 Euro
Maximum value of the framework agreement : 20 000 000 Euro

5.1.6 General information

Reserved participation : Participation is not reserved.
The names and professional qualifications of the staff assigned to perform the contract must be given : Tender requirement
Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : yes
This procurement is also suitable for small and medium-sized enterprises (SMEs)

5.1.7 Strategic procurement

5.1.9 Selection criteria

Criterion :
Type : Other
Name : Please consult the PQQ document available on eTenders
Description : Please consult the PQQ document available on eTenders.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Information about the second stage of a two-stage procedure :
Minimum number of candidates to be invited for the second stage of the procedure : 4
The procedure will take place in successive stages. At each stage, some participants may be eliminated
The buyer reserves the right to award the contract on the basis of the initial tenders without any further negotiations

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : English
Languages in which the procurement documents (or their parts) are unofficially available : English

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : English
Electronic catalogue : Not allowed
Variants : Allowed
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of tenders : 07/10/2024 12:00 +01:00
Deadline until which the tender must remain valid : 12 Month
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Required
Electronic ordering will be used : yes
Electronic payment will be used : yes
Financial arrangement : To be agreed with the successful tenderer.

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Maximum number of participants : 1
Justification for the duration of the framework agreement : The extended duration for the framework has been selected for a number of reasons including: (a) There will be significant learning curves and associated developmental work with a new integrated solution. This will require the investment of significant time and effort in developing knowledge, learning and familiarity for successful operation on behalf of the vendor and the Contracting Authority. . (b) The embedded and strategic nature of the proposed ICT system amounts to a core enterprise system and to replace and transition from such a system in a shorter period would cause significant disruption to the workings of the Contracting Authority and the delivery of services. (c) The financial cost for the Contracting Authority in designing and implementing the system will amount to a significant investment and this investment could not be optimised and the necessary return achieved if the replacement of the system and transitioning from same was required in a shorter period and would ultimately not deliver value for money on behalf of the taxpayer.
Information about the dynamic purchasing system :
No dynamic purchase system
Electronic auction : no

5.1.16 Further information, mediation and review

Review organisation : The High Court of Ireland
Organisation providing offline access to the procurement documents : Waterways Ireland_225
Organisation receiving requests to participate : Waterways Ireland_225
Organisation processing tenders : Waterways Ireland_225
TED eSender : European Dynamics S.A.

8. Organisations

8.1 ORG-0001

Official name : Waterways Ireland_225
Registration number : unknown
Postal address : 2 Sligo Road
Town : Enniskillen
Postcode : BT74 7JY
Country subdivision (NUTS) : Fermanagh and Omagh ( UKN0G )
Country : Ireland
Telephone : +44 28 6634 6283
Roles of this organisation :
Buyer
Organisation providing offline access to the procurement documents
Organisation receiving requests to participate
Organisation processing tenders

8.1 ORG-0002

Official name : The High Court of Ireland
Registration number : The High Court of Ireland
Department : The High Court of Ireland
Postal address : Four Courts, Inns Quay, Dublin 7
Town : Dublin
Postcode : D07 WDX8
Country : Ireland
Telephone : +353 1 8886000
Roles of this organisation :
Review organisation

8.1 ORG-0003

Official name : European Dynamics S.A.
Registration number : 002024901000
Department : European Dynamics S.A.
Town : Athens
Country : Greece
Telephone : +30 2108094500
Roles of this organisation :
TED eSender

11. Notice information

11.1 Notice information

Notice identifier/version : 4dced745-fe96-474f-95f3-533394c13a3a - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 04/09/2024 16:49 +01:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00535631-2024
OJ S issue number : 174/2024
Publication date : 06/09/2024