ESG Software Solution

The Contracting Entity proposes to engage in a competitive process for the establishment of a framework agreement for the provision of an ESG software solution for ESG data collection from multiple sources internal and external, ESG data management and ESG reporting. ESG data will comprise qualitative and quantitative data in …

CPV: 48100000 Przemysłowe specyficzne pakiety oprogramowania, 72000000 Usługi informatyczne: konsultacyjne, opracowywania oprogramowania, internetowe i wsparcia, 72200000 Usługi doradcze w zakresie programowania oprogramowania, 72230000 Usługi w zakresie rozbudowy oprogramowania
Termin:
5 lutego 2025 12:00
Rodzaj terminu:
Złożenie oferty
Miejsce wykonania:
ESG Software Solution
Miejsce udzielenia zamówienia:
Dublin Port Company_411
Numer nagrody:
0

1. Buyer

1.1 Buyer

Official name : Dublin Port Company_411
Legal type of the buyer : Body governed by public law
Activity of the contracting authority : General public services
Activity of the contracting entity : Port-related activities

2. Procedure

2.1 Procedure

Title : ESG Software Solution
Description : The Contracting Entity proposes to engage in a competitive process for the establishment of a framework agreement for the provision of an ESG software solution for ESG data collection from multiple sources internal and external, ESG data management and ESG reporting. ESG data will comprise qualitative and quantitative data in order to report and comply with the European Sustainability Reporting Standards (ESRS) under the Corporate Sustainability Reporting Directive (CSRD), EU Taxonomy and other voluntary sustainability reporting frameworks and disclosure needs. The ESG software solution should also comply with audit/assurance requirements for sustainability reporting.
Procedure identifier : 4d4fb852-2df7-4cae-a37c-d8ab169ec73c
Type of procedure : Negotiated with prior publication of a call for competition / competitive with negotiation
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure :

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 72000000 IT services: consulting, software development, Internet and support
Additional classification ( cpv ): 72200000 Software programming and consultancy services
Additional classification ( cpv ): 72230000 Custom software development services
Additional classification ( cpv ): 48100000 Industry specific software package

2.1.2 Place of performance

Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland

2.1.3 Value

Estimated value excluding VAT : 1 250 000 Euro
Maximum value of the framework agreement : 1 250 000 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 – 4906360. 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 Entity 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. (1) When finalising your tender submission please upload your final response as a ZIP file as individual documents may 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 necessarily imply you have successfully submitted your response. (2) There is a maximum upload limit of 250MB per file and 500MB per tender submission. (3) 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. (4) 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). (5) Tenders submitted by any other means (including but not limited to email, post, messaging system on etenders or hand delivery) will not be accepted. (6) 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. (7) All queries regarding this tender requirement or 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 (8) The contracting entity 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. (9) Without prejudice to the principle of equal treatment, the contracting entity 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. (10) 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. (11) 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.
Legal basis :
Directive 2014/25/EU

2.1.6 Grounds for exclusion

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

5. Lot

5.1 Lot technical ID : LOT-0001

Title : ESG Software Solution
Description : The Contracting Entity proposes to engage in a competitive process for the establishment of a framework agreement for the provision of an ESG software solution for ESG data collection from multiple sources internal and external, ESG data management and ESG reporting. ESG data will comprise qualitative and quantitative data in order to report and comply with the European Sustainability Reporting Standards (ESRS) under the Corporate Sustainability Reporting Directive (CSRD), EU Taxonomy and other voluntary sustainability reporting frameworks and disclosure needs. The ESG software solution should also comply with audit/assurance requirements for sustainability reporting.
Internal identifier : 0

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 72000000 IT services: consulting, software development, Internet and support
Additional classification ( cpv ): 72200000 Software programming and consultancy services
Additional classification ( cpv ): 72230000 Custom software development services
Additional classification ( cpv ): 48100000 Industry specific software package
Options :
Description of the options : A Single Party Framework Agreement will be put in place with the successful tenderer with a duration of three years (3), subject to satisfactory annual review of performance, and an option to extend for a further two (2) twelve (12) month periods up to a maximum of six (6) such extensions.

5.1.2 Place of performance

Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Additional information :

5.1.3 Estimated duration

Duration : 15 Year

5.1.4 Renewal

Maximum renewals : 6

5.1.5 Value

Estimated value excluding VAT : 1 250 000 Euro

5.1.6 General information

Reserved participation : Participation is not reserved.
Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : yes
Additional information : The contracting entity reserves the right to move straight to an award decision based on the initial tenders received without further negotiation.

5.1.7 Strategic procurement

Aim of strategic procurement : No strategic procurement

5.1.9 Selection criteria

Criterion :
Type : Other
Name : Selection criteria
Description : Please see the Pre-Qualification Questionnaire (PQQ) 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 : 3
Maximum number of candidates to be invited for the second stage of the procedure : 5
The procedure will take place in successive stages. At each stage, some participants may be eliminated

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 : Not allowed
Tenderers may submit more than one tender : Allowed
Deadline for receipt of tenders : 05/02/2025 12:00 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Conditions relating to the performance of the contract : See Procurement Documents
Legal form that must be taken by a group of tenderers that is awarded a contract : See Procurement Documents.
Financial arrangement : See Procurement Documents
Information about review deadlines : In line with remedies legislation.

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Justification for the duration of the framework agreement : This is a new area of reporting which is going to evolve and change over the next period of time and may need to be integrated to core systems embedded within the organisation.
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 additional information about the procurement procedure : Dublin Port Company_411
Organisation providing offline access to the procurement documents : Dublin Port Company_411
Organisation receiving requests to participate : Dublin Port Company_411
Organisation processing tenders : Dublin Port Company_411
TED eSender : European Dynamics S.A.

8. Organisations

8.1 ORG-0001

Official name : Dublin Port Company_411
Registration number : 262367
Postal address : Port Centre, Alexandra Road, Dublin 1
Town : Dublin
Postcode : D01 H4C6
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Telephone : +353 (0)1 8876000
Internet address : www.dublinport.ie
Buyer profile : www.dublinport.ie
Roles of this organisation :
Buyer
Organisation providing additional information about the procurement procedure
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 subdivision (NUTS) : Dublin ( IE061 )
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
Postcode : 15125
Country subdivision (NUTS) : Βόρειος Τομέας Αθηνών ( EL301 )
Country : Greece
Telephone : +30 2108094500
Roles of this organisation :
TED eSender

11. Notice information

11.1 Notice information

Notice identifier/version : a8f069b3-9245-4ad8-af47-c97cc23c4a51 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 06/01/2025 15:10 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00008907-2025
OJ S issue number : 5/2025
Publication date : 08/01/2025