Publications Office of the EU
Inspection process support IT system - EU tenders
DisplayCustomHeader
Procurement Detail Actions Portlet
OP Portal - Procurement - Details

This page contains content generated automatically to improve findability and accessibility

- indicates CPV codes deduced from the text of the procedure

- indicates text translated automatically in your browsing language

Inspection process support IT system Text automatically translated in your browsing language Automatically translated

  • Published
    11/07/2024
  • Deadline
    12/08/2024
  • Opening of tenders
    12/08/2024
  • Awarded
    31/12/2024
  • Today
    18/04/2025
Status
Awarded
Type of contract
Supplies
Subject for Renewal
No
Buyer
Integritás Hatóság
Place of performance
NUTS code: Multiple place of performance
Location of buyer
NUTS code: HU110 Budapest
Business sector (Main CPV)
48000000 Software package and information systems
Total estimated contract value (excluding VAT)
Not available
Total final contract value (excluding VAT)
Not available
Tender reference number
EKR000981952024
Description

Subject of the procurement: Introducing an IT system supporting inspection processes, providing a priority support period of 20 working days after the launch, followed by software monitoring and support for a further 36 months. Purpose of the procurement: the introduction of an IT system that serves the activities of the Authority’s investigation processes in a complete and closed manner, traceable from the initiation of the investigations to the completion of the investigations, and ensures the safe storage, timely preservation, organisation, structuring, saving and archiving of the documents, minutes, analyses, calculations, etc. produced during the investigation, and their retention until the end of the mandatory retention period laid down in the internal rules. During the examination process, the system systematically stores the data, information, documents, analyses and calculations produced by the investigators. Tasks to be carried out — Design and preparation of a detailed project plan, presentation of the plan and its approval by the contracting authority. — Implementation: o Development or further development and configuration of existing software according to the requirements of the Integrity Authority. o Creation of a process: 2 processes with 5 paths are expected to be implemented in the system. o Customization. o Creation of templates. o Creation of reports and dashboards according to 5.1 annexes. — Testing: testing of the implemented environment in accordance with the prepared and approved test plan before it is put into production. — Providing training to administrators and users based on pre-prepared training material. — Installation, configuration and ready-to-operate delivery of the solution in the environment of the Integrity Authority. The contracting authority informs the economic operators that 300 thousand documents are expected to be handled during the 3-year duration of the Contract. During the project, the Contracting Authority expects the supplier to further develop the software if it does not have the appropriate software in whole or in part. The development should be based on a regulated, internationally accepted development methodology. The system should be available to 45 users. The contracting authority has established mandatory elements for the software to be procured, all of which must correspond to the product offered, failing which the tender is invalid. The contracting authority also specified additional non-compulsory elements, which were weighted by a score. The total score is 642. Tenderers must offer a minimum score of 0 if they do not offer any non-binding requirements. Tenderers must offer a minimum of 0 points and a maximum of 642 points from the optional requirements. Recommendations below 0 and above 642 are invalid. A recommendation can only be an integer between 0 and 642. Tenderers must submit a PROFESSIONAL RECOMMENDATION in their tender. PROFESSIONAL RECOMMENDATION on the mandatory technical content of the proposed product comprising: 1. Introduction, brief description of the Tenderer 2. Technical presentation of the proposed system 2.1. Logical structure 2.2. Opportunities for integration 2.3. Processing of data 2.4. Security and data protection 2.5. Entitlement system 2.6. Possibilities for further development 2.7. Hardware and software requirements 2.8. Updates 3. Functional presentation of the proposed system with a description of the planned developments. 4. Declarations and annexes The contracting authority draws attention to the fact that all the requirements of the mandatory technical requirement table (Annex II) are mandatory, therefore if any of the mandatory elements is not accepted, the tender will be invalid. The requirements of the professional offer are detailed in the technical specifications. The complete lack of a professional offer cannot be remedied, and the Kbt. It is possible within the limits set out in Article 71(8). The complete absence of a professional offer shall result in the invalidity of the offer. The software to be procured, the support service, the system environment and the tasks of the contractor are detailed in the technical specifications. Text automatically translated in your browsing language Automatically translated

Submission Method
Electronic via:
https://ekr.gov.hu/portal/kozbeszerzes/eljarasok/EKR000981952024/reszletek
Tenders may be submitted
Electronic submission: required
https://ekr.gov.hu/portal/kozbeszerzes/eljarasok/EKR000981952024/reszletek
Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
Not available
Conditions for opening tenders (date)
12/08/2024 12:00
Place of performance
Award method
Criterion:
Type: quality
Description: Többlet műszaki vállalások (min. 0 pont-max. 642 pont)
Weight (percentage, exact): 30
Criterion:
Type: price
Description: Megajánlott ellenszolgáltatás összesen (nettó Ft)
Weight (percentage, exact): 70
Estimated value
Not available
Final contracted value
Not available
Award of contract
Official name: ABT Risk Advisory Zrt
Postal address:
Town: Budapest
Postal code: 1037
Country:
Official name: Wolters Kluwer Tax and Accounting Limited
Postal address:
Town: Kingston upon Thames
Postal code: E14 5RE
Country:
Prior information
Contract
Award
Footnote - legal notice

This content published on this page is meant purely as an additional service and has no legal effect. The Union's institutions do not assume any liability for its contents. The official versions of the relevant tendering notices are those published in the Supplement of Official Journal of the European Union and available in TED. Those official texts are directly accessible through the links embedded in this page. For more information please see Public Procurement Explainability and Liability notice.