Contract notice

Information

Published

Date of dispatch of this notice: 21/01/2019

Expire date: 05/03/2019

External Reference: 2019-232665

TED Reference: 2019/S 017-036074

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Road Safety Authority (RSA)
N/A
Moy Business Park
Ballina
Primrose Hill
IE
Contact person: Procurement & Contracts Office
Telephone: +353 9625000
Internet address(es):
Main address: www.rsa.ie

I.3)

Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at:  
http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=140934&B=ETENDERS_SIMPLE
Additional information can be obtained from
the abovementioned address:  
Tenders or requests to participate must be submitted
Tenders or requests to participate must be submitted
to the abovementioned address
I.4)

Type of the contracting authority

Body governed by public law
I.5)

Main activity

Other activity:  Road Safety and Public Service Provision

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

RFT for the Provision of Content Management System ("CMS") and Related Services
Reference number:  ET1901
II.1.2)

Main CPV code

72212783  -  Content management software development services
II.1.3)

Type of contract

Services
II.1.4)

Short description

The RSA is seeking a single supplier for the provision, support and maintenance of an Content Management System ("CMS") (the "System") and provision of related services.
Based on the nature of the requirements they have been divided into the following lots:
• Lot 1 – Delivery, implementation and ongoing support of the CMS - "the System"
• Lot 2 - Design and build of Vehicle Standards Website, using the System and redesign template.
• Lot 3 - Development of an Enterprise Content Management Strategy.
• Lot 4 - Redesign of the RSA Corporate Website, including migration of existing and redeveloped content
• Lot 5 - Development and support of websites for other RSA divisions./ Migration of RSA Microsites
Given the interlinkages of the lots, Tenderers must be able to deliver, and are required to bid for all Lots.
The detailed specification of requirements is provided in the RFT documentation attached to this notice.
II.1.5)

Estimated total value

Value excluding VAT: 2000000.00  EUR
II.1.6)

Information about lots

This contract is divided into lots: no
II.2)

Description

II.2.2)

Additional CPV code(s)

48224000  -  Web page editing software package
48780000  -  System, storage and content management software package
48783000  -  Content management software package
72212224  -  Web page editing software development services
72212780  -  System, storage and content management software development services
72330000  -  Content or data standardization and classification services
72413000  -  World wide web (www) site design services
II.2.3)

Place of performance

Main site or place of performance:  
Ballina, Co. Mayo
II.2.4)

Description of the procurement

A detailed specification of requirements for each lot is provided in the documentation attached to this notice.
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 36
This contract is subject to renewal: yes
Description of renewals:  
The RSA reserves the right to extend the term of the contract for a period of up to 2 years with a maximum of 3 such extensions, up to a maximum term of 9 years in aggregate.
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: no
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

Note: given the interdependencies between the lots, Tenderers must be able to deliver and are required to bid for all lots.

Section III: Legal, economic, financial and technical information

III.1)

Conditions for participation

III.1.2)

Economic and financial standing

Selection criteria as stated in the procurement documents
III.1.3)

Technical and professional ability

Selection criteria as stated in the procurement documents
III.2)

Conditions related to the contract

III.2.3)

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

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Open procedure
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.2.2)

Time limit for receipt of tenders or requests to participate

Date:  25/02/2019
Local time:  12:00
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English
IV.2.6)

Minimum time frame during which the tenderer must maintain the tender

Duration in months : 6  (from the date stated for receipt of tender)
IV.2.7)

Conditions for opening of tenders

Date:  25/02/2019
Local time:  12:00

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.2)

Information about electronic workflows

Electronic invoicing will be accepted
Electronic payment will be used
VI.3)

Additional information

Additional information regarding this competition is available in the documentation attached to this notice.
VI.4)

Procedures for review

VI.4.1)

Review body

The High Court of Ireland
High Court Central Office, Four Courts, Inns Quay
Dublin 7
IE
Telephone: +353 18886000
Internet address: www.courts.ie

VI.4.3)

Review procedure

Precise information on deadline(s) for review procedures: 
Please consult your own legal advisors