Contract notice

Information

Published

Date of dispatch of this notice: 15/09/2020

Expire date: 15/10/2020

External Reference: 2020-214967

TED Reference: 2020/S 182-438858

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Department of Transport, Tourism and Sport
N/A
Clonfert House, Bride Street
Loughrea
Galway
IE
Contact person: Mark Phelan
Telephone: +353 91872912
Internet address(es):
I.2)

Joint procurement

The contract is awarded by a central purchasing body
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=173876&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

Ministry or any other national or federal authority, including their regional or local subdivisions
I.5)

Main activity

Other activity:  Transport

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Project Manager to oversee the implentation of replacement IT system
Reference number:  176177
II.1.2)

Main CPV code

72224000  -  Project management consultancy services
II.1.3)

Type of contract

Services
II.1.4)

Short description

A Project Manager resource is required to manage the delivery of an IT system replacement, to be used by the Road Transport Operator Licensing (RTOL) unit at the Department of Transport, Tourism, and Sport (DTTAS). The Project Manager will be required to assist with the IT vendor selection process; work closely with the successful vendor and RTOL/DTTAS stakeholders; and drive the development and roll-out of the new IT sytem. To this end, the Project Manager must be able to assess proposed systems and advise RTOL/DTTAS accordingly. In turn, the Project Manager will be expected to guide and direct the vendor with regard to the RTOL unit's legislative, systems, and operations requirements.
II.1.5)

Estimated total value

Value excluding VAT: 350000.00  EUR
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

48331000  -  Project management software package
72212331  -  Project management software development services
72224000  -  Project management consultancy services
II.2.3)

Place of performance

Main site or place of performance:  
Loughrea, County Galway
II.2.4)

Description of the procurement

A Project Manager resource is required to manage the delivery of an IT system replacement, to be used by the Road Transport Operator Licensing (RTOL) unit at the Department of Transport, Tourism, and Sport (DTTAS). The Project Manager will be required to assist with the IT vendor selection process; work closely with the successful vendor and RTOL/DTTAS stakeholders; and drive the development and roll-out of the new IT sytem. To this end, the Project Manager must be able to assess proposed systems and advise RTOL/DTTAS accordingly. In turn, the Project Manager will be expected to guide and direct the vendor with regard to the RTOL unit's legislative, systems, and operations requirements. Equally, the Project Manager will be tasked with translating business process requirements into implementable processes, procedures, and KPI management tools. It is anticipated that the Project Manager will be primarily based at the RTOL unit site (Loughrea, Co. Galway), but that attendance at the DTTAS Shannon site may also be required as necessary.
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)

Estimated value

Value excluding VAT: 350000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24
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
II.2.14)

Additional information

Selection criteria and full terms and conditions are those stated in the applicable RFT

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 stated in the 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 stated in the 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:  15/10/2020
Local time:  18:00
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 : 3  (from the date stated for receipt of tender)
IV.2.7)

Conditions for opening of tenders

Date:  15/10/2020
Local time:  18:00
Place:  
As per procurement documents
Information about authorised persons and opening procedure:  
As per procurement documents

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
Chief State Solicitor's Office, Osmond House, Little Ship Street, Dublin 8
Dublin
IE