Contract notice

Information

Published

Date of dispatch of this notice: 21/05/2019

Expire date: 21/06/2019

External Reference: 2019-249747

TED Reference: 2019/S 100-242304

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Central Bank of Ireland
N/A
PO Box 559
Dublin 1
New Wapping Street,
IE
Contact person: Michael Kavanagh
Telephone: +353 12246409
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=147402&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

Economic and financial affairs

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Software Development Lifecycle Services (SDLC)
Reference number:  2019P007
II.1.2)

Main CPV code

72000000  -  IT services: consulting, software development, Internet and support
II.1.3)

Type of contract

Services
II.1.4)

Short description

The Central Bank of Ireland (the "Central Bank") has a requirement to engage, on a non-exclusive basis, providers who will deliver services with the Central Bank in one or both of the engagement models detailed below. There is no restriction on the number of models in place at any one time.
The successful Tenderers shall be required to supplement Central Bank project delivery and operations capabilities through the provision of the following Services:
• Resourcing - Provision of skilled resources on-site to manage or assume specific roles in the Central Bank.
• Project Delivery - Deliver a project or projects in line with agreed quality acceptance criteria as set out in clause 29 of the Services Agreement. Resources will be required to work on-site at any Central Bank premises or off-site as agreed.
Tenderers are referred to the attached documentation which sets out the Central Bank’s requirements and specifications.
II.1.5)

Estimated total value

Value excluding VAT: 25000000.00  EUR
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

72200000  -  Software programming and consultancy services
72210000  -  Programming services of packaged software products
72212100  -  Industry specific software development services
72212331  -  Project management software development services
72224000  -  Project management consultancy services
72260000  -  Software-related services
II.2.3)

Place of performance

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

Description of the procurement

The Central Bank of Ireland (the "Central Bank") has a requirement to engage, on a non-exclusive basis, providers who will deliver services with the Central Bank in one or both of the engagement models detailed below. There is no restriction on the number of models in place at any one time.
The successful Tenderers shall be required to supplement Central Bank project delivery and operations capabilities through the provision of the following Services:
• Resourcing - Provision of skilled resources on-site to manage or assume specific roles in the Central Bank.
• Project Delivery - Deliver a project or projects in line with agreed quality acceptance criteria as set out in clause 29 of the Services Agreement. Resources will be required to work on-site at any Central Bank premises or off-site as agreed.
The successful Tenderers may be required to provide the Services for full projects or any activity within a project, e.g. information gathering, design, implementation etc. or as part of other ongoing operational activities.
Tenderers are referred to the attached documentation which sets out the Central Bank’s requirements and specifications.
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Resourcing  /  Weighting:  300
Quality criterion  -  Name:  Project Delivery  /  Weighting:  300
Quality criterion  -  Name:  Quality of Practices  /  Weighting:  100
Cost criterion  -  Name:  Cost  /  Weighting:  300
II.2.6)

Estimated value

Value excluding VAT: 25000000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 84
This contract is subject to renewal: no
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.1.2)

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

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Open procedure
IV.1.3)

Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement:  5
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:  21/06/2019
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:  21/06/2019
Local time:  12:00

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.4)

Procedures for review

VI.4.1)

Review body

High Court
Inns Quay
Dublin 7
IE
Telephone: +353 18886511
Fax: +353 18886125
Internet address: http://www.courts.ie/