Contract notice

Information

Published

Date of dispatch of this notice: 26/10/2019

Expire date: 02/12/2019

External Reference: 2019-211717

TED Reference: 2019/S 209-510663

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
D02 WT20
IE
Contact person: Igor Popenko
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=156058&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 Technical and Cloud Advisory, Systems Integration and Support Services
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 scope of this tender covers the provision of Technical and Cloud Advisory, Systems Integration and Support Services across multiple business units & associated IT deployments within the Authority. Details of the particular service requirements are set out in section 3.3 of the Request for Tenders under the following headings;
- Analysis Requirements;
- Planning & Design Requirements;
- Implementation Requirements;
- Support & Assistance Requirements;
- Key Technical Component Requirements;
- Resource Experience and Competency Requirements;
- Approach to Service Delivery Requirements; and
- Other Requirements.
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

48800000  -  Information systems and servers
48810000  -  Information systems
50312610  -  Maintenance of information technology equipment
72212200  -  Networking, Internet and intranet software development services
72212214  -  Network operating system software development services
72212215  -  Networking developers software development services
72212218  -  License management software development services
72212517  -  IT software development services
72212781  -  System management software development services
72212900  -  Miscellaneous software development services and computer systems
72212980  -  Programming languages and tools development services
72222000  -  Information systems or technology strategic review and planning services
72222100  -  Information systems or technology strategic review services
72222200  -  Information systems or technology planning services
72222300  -  Information technology services
72223000  -  Information technology requirements review services
72230000  -  Custom software development services
72262000  -  Software development services
II.2.4)

Description of the procurement

The scope of this tender covers the provision of Technical and Cloud Advisory, Systems Integration and Support Services across multiple business units & associated IT deployments within the Authority. Details of the particular service requirements are set out in section 3.3 of the Request for Tenders under the following headings;
- Analysis Requirements;
- Planning & Design Requirements;
- Implementation Requirements;
- Support & Assistance Requirements;
- Key Technical Component Requirements;
- Resource Experience and Competency Requirements;
- Approach to Service Delivery Requirements; and
- Other 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 for an initial period of 2 years. At the discretion of the Authority, the Contract may be renewed annually up to a maximum of 2 years after the end of the second year. Factors to be taken into account in considering an extension of the Contract will include (but may not be limited to) service requirements, performance and continued funding availability.
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 procurement 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 procurement 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:  30/11/2019
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:  28/05/2020
IV.2.7)

Conditions for opening of tenders

Date:  30/11/2019
Local time:  14:00

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
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
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).