Contract notice

Information

Published

Date of dispatch of this notice: 17/07/2020

Expire date: 24/08/2020

External Reference: 2020-225672

TED Reference: 2020/S 140-344863

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

National Transport Authority
N/A
Dun Sceine
Harcourt Lane
Iveagh Court
IE
Contact person: Fran Kehoe
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=170681&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 and Operation of Information and Communications Technologies (ICT) Managed Services
II.1.2)

Main CPV code

72222300  -  Information technology services
II.1.3)

Type of contract

Services
II.1.4)

Short description

The NTA is seeking an experienced ICT Managed Services partner in order to provide a range of ICT Managed Services. The range of services required may include:
• Delivery and Execution of Service Desk Services
• Delivery and Execution of ICT Service Governance
• Delivery and Execution of ICT Service Operations
• Delivery and Execution of Data Centre Hosting Operations
• Delivery and Execution of Security Monitoring Operations
• Delivery and Execution of ICT Consulting Services
• Delivery and Execution of Transition Services
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

48730000  -  Security software package
48822000  -  Computer servers
50324000  -  Support services of personal computers
72140000  -  Computer hardware acceptance testing consultancy services
72150000  -  Computer audit consultancy and hardware consultancy services
72212900  -  Miscellaneous software development services and computer systems
72514300  -  Facilities management services for computer systems maintenance
72540000  -  Computer upgrade services
72700000  -  Computer network services
72900000  -  Computer back-up and catalogue conversion services
72910000  -  Computer back-up services
II.2.3)

Place of performance

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

Description of the procurement

The NTA is seeking an experienced ICT Managed Services partner in order to provide a range of ICT Managed Services. The range of services required may include:
• Delivery and Execution of Service Desk Services - The Service Desk is a vitally important part of the NTA’s ICT Department and should be the single point of contact for ICT end-users on a day-to-day basis and will handle all incidents and service requests, usually using specialist software tools to log and manage all such events;
• Delivery and Execution of ICT Service Governance - The ICT Service Governance processes ensures that all the ICT Operations are controlled, measured and managed to support ICT Operations service targets and business expectations;
• Delivery and Execution of ICT Service Operations - The ICT Service Operations processes defines the anticipated administration, operation and management activities to be performed, under this contract, against the NTA systems and hosts;
• Delivery and Execution of Data Centre Hosting Operations - Data Centre Hosting Operations refers to the management of the physical ICT environment, including Data Centres or computer rooms for both the Corporate ICT environment and Bus Market Opening ICT environment;
• Delivery and Execution of Security Monitoring Operations - The Security Monitoring Operations process is to ensure that security related event and incident data are reviewed and analysed on a regular basis using a combination of automated and manual methods to identify anomalous activity or behaviour;
• Delivery and Execution of ICT Consulting Services - The NTA will have the right under the contract to drawdown additional ICT consultancy services as it may require from time to time; and
• Delivery and Execution of Transition Services - The ICT Managed Services provider will be required to proactively manage the mobilisation and transition activities to enable a seamless transition of the services from the existing contracts to the new contract.
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:  
It is anticipated that the term of the Contract will be for two (2) years from the Operational Services Start Date , with options for the Authority to extend the Contract. If the Services are deemed to be satisfactory by the Authority, the Contract may be extended for a period or periods, up to a maximum of two (2) years after the end of the second year.
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

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Competitive procedure with negotiation
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:  24/08/2020
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)

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
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
Dublin
D7
IE
Telephone: +353 18886000
Fax: +353 18886125
Internet address: http://www.courts.ie

VI.4.2)

Body responsible for mediation procedures

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

VI.4.3)

Review procedure

Precise information on deadline(s) for review procedures: 
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).