Contract notice

Information

Published

Date of dispatch of this notice: 01/02/2019

Expire date: 25/03/2019

External Reference: 2019-233953

TED Reference: 2019/S 025-055924

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

National Transport Authority
N/A
Dun Sceine, Iveagh Court, Harcourt Lane
Dublin 2
D02 WT20
IE
Contact person: Ellen O'Connor
Telephone: +353 18798300
Fax: +353 18798333
Internet address(es):
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=141632&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

National or federal agency/office
I.5)

Main activity

Other activity:  Transport

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Provision of SharePoint and CRM Development and Support Services
II.1.2)

Main CPV code

72200000  -  Software programming and consultancy services
II.1.3)

Type of contract

Services
II.1.4)

Short description

The National Transport Authority uses Microsoft Dynamics CRM 2015 on-premise version with SQL Server 2012 as the backend database. The system is used to manage customer /citizen communications from a number of channels, namely:
- Parliamentary Questions;
- Freedom of Information Requests and communications via the Authority’s website;
- Queries to the following lines of business from the NTA website and through email channels:
o Bus Licencing;
o Cycling;
o Bus and Train services;
o Taxi Regulation matters;
o Passenger information;
o Passenger rights; and
o Bus Connects programme matter.
- Clamping appeals.
Additional details on the scope and requirements are provided in the tender documents.
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

48000000  -  Software package and information systems
48100000  -  Industry specific software package
48400000  -  Business transaction and personal business software package
48810000  -  Information systems
48900000  -  Miscellaneous software package and computer systems
48920000  -  Office automation software package
72000000  -  IT services: consulting, software development, Internet and support
72200000  -  Software programming and consultancy services
72210000  -  Programming services of packaged software products
72211000  -  Programming services of systems and user software
72212000  -  Programming services of application software
72212310  -  Document creation software development services
72212311  -  Document management software development services
72212480  -  Sales, marketing and business intelligence software development services
72220000  -  Systems and technical consultancy services
72221000  -  Business analysis consultancy services
72222000  -  Information systems or technology strategic review and planning services
72230000  -  Custom software development services
72240000  -  Systems analysis and programming services
72500000  -  Computer-related services
72510000  -  Computer-related management services
72600000  -  Computer support and consultancy services
II.2.3)

Place of performance

Main site or place of performance:  
Dublin
II.2.4)

Description of the procurement

The National Transport Authority uses Microsoft Dynamics CRM 2015 on-premise version with SQL Server 2012 as the backend database. The system is used to manage customer /citizen communications from a number of channels, namely:
- Parliamentary Questions;
- Freedom of Information Requests and communications via the Authority’s website;
- Queries to the following lines of business from the NTA website and through email channels:
o Bus Licencing;
o Cycling;
o Bus and Train services;
o Taxi Regulation matters;
o Passenger information;
o Passenger rights; and
o Bus Connects programme matter.
- Clamping appeals.
The requirement for CRM going forward will be extended to cover many of the following requirements:
- Incorporation of new functions assigned to the NTA;
- Leapcard cases;
- Possible inclusion of the CRM systems for other transport operators;
- Inclusion of social listening and social media; and
- Inclusion of new social channels such as chatbot.
The Authority also uses SharePoint 2015 for basic document collaboration, throughout the organisation. The SharePoint system facilitates:
- Document Management;
- Team collaboration;
- the provision of intranet (known as Transportal) and extranet portals (supplier collaboration sites);
- external access for collaboration with external stakeholders; and
- improved collaboration for the staff and board members.
In the future, the platform may be extended to include:
- automation of business processes through workflows where appropriate.
The Authority requires a CRM and SharePoint service provider to assist with the above requirements.
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: 24
This contract is subject to renewal: yes
Description of renewals:  
The expected term of the Contract will be 2 years with the option to extend on an annual basis, up to a maximum 4 year period. The option to extend the Contract will be at the sole discretion of the NTA and will be dependent on service requirements and performance.
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

Section III: Legal, economic, financial and technical information

III.1)

Conditions for participation

III.1.1)

Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:  As set out in the tender documents.
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.2.2)

Contract performance conditions

As set out in the tender documents.
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:  11/03/2019
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

Tender must be valid until:  07/09/2019
IV.2.7)

Conditions for opening of tenders

Date:  11/03/2019
Local time:  14:00

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  yes
VI.2)

Information about electronic workflows

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

Additional information

The contracting authority will not be responsible for any costs, charges or expenses incurred by candidates or tenderers relating to this contract award procedure irrespective of the outcome of the competition, or if the competition is postponed or cancelled. All costs incurred by interested parties in participating in this competition must be borne by them.
Any contract award will be subject to a number of preconditions, including production of a current tax clearance certificate or tax clearance statement from the Revenue Commissioners in Ireland.
The contracting authority may terminate this competition (or any part thereof), change the basis of and the procedures for the bidding process, at any time, or procure the project by alternative means if it appears that the project can thereby be more advantageously procured.
The most economically advantageous or any tender will not automatically be accepted.
Refer to procurement documents for further information.
VI.4)

Procedures for review

VI.4.1)

Review body

High Court of Ireland
Four Courts, Ground Floor (East Wing), Inns Quay
Dublin 7
D7
IE
Telephone: +353 18886000
Fax: +353 18886125
Internet address: http://www.courts.ie

VI.4.3)

Review procedure

Precise information on deadline(s) for review procedures: 
As set out in S.I. No. 130/2010 European Communities (Public Authorities' Contracts) (Review Procedures) Regulations 2010 (in particular Regulation 7 thereof).