Contract notice

Information

Published

Date of dispatch of this notice: 09/11/2020

Expire date: 21/12/2020

External Reference: 2020-296476

TED Reference: 2020/S 222-544989

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Department of Agriculture, Food and the Marine
N/A
Agriculture House
Dublin 2
Kildare Street
IE
Contact person: Catherine Dempsey
Telephone: +353 16072009
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=176575&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

General public services

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Implementation, configuration and maintenance of a logical data warehousing and master data management solution for the Data Analytics Unit in the Department of Agriculture, Food and the Marine
Reference number:  RFT 178736
II.1.2)

Main CPV code

72212600  -  Database and operating software development services
II.1.3)

Type of contract

Services
II.1.4)

Short description

DAFM is a dynamic organisation that requires a multi-disciplinary LDW solution to bridge the gap between the services DAU provide and their respective existing technological data systems. The LDW solution must support compliance with ISO 127001 and GDPR legislation.
The respondent is expected to define a business and technical architecture to support the DAFM statement of strategy. This architecture should provide a framework for organising the data, information management, and technology components that will be used to build the LDW and its architecture. This RFT is requesting a response to supply, implement and support the LDW system with a view to DAFM assuming day to day administration and response to the alerts in due course.
Further details are contained in the Request For Tender document.
II.1.5)

Estimated total value

Value excluding VAT: 508000.00  EUR
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

48600000  -  Database and operating software package
48610000  -  Database systems
48612000  -  Database-management system
72312100  -  Data preparation services
72314000  -  Data collection and collation services
72317000  -  Data storage services
72320000  -  Database services
72322000  -  Data management services
II.2.4)

Description of the procurement

DAFM is looking for a LDW solution that;
• Houses our current data requirements in a LDW architecture including but not limited to the following components; Data Warehouse, Data Marts, Data Lake, Master Data Management, Data virtualisation/Federation/access Layer, Cloud computing (if appropriate), Named user sandboxes
• Is scalable and can provide additional resources to address both the computational and data storage needs of big data analysis for the DAU.
• Support conceptual, logical and physical data modelling and include graphical interface data modelling tools.
• Plan, design, implement and test the ETL process into the new data platform and to provide the ETL scripts to DAFM.
• Provide compute resources for high speed data analysis. A solution that can monitor and orchestrate workload either on-premise or cloud based data structures based on the proposed architecture.
• Provides a data catalogue, metadata, taxonomy and a data dictionary for the LDW. Provide a searchable data/metadata catalogue and a data lineage tool.
• Supports historical and real-time BI and analytics and integrates with our current BI and analytics tool set.
• Has a system backup and disaster recovery regimen that integrates with the departments backup and recovery policies.
• Has a robust governance and security controls that allow monitoring and regulation of access to the LDW. The solution should have the facility to leverage user authentication technologies such as Active Directory.
• Can monitor data stability and create and issue alarms and alerts through the creation of incidence tickets.
• Includes an auditing and reporting feature that records access to logs, data structures and system performance.
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: 508000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24
This contract is subject to renewal: yes
Description of renewals:  
Two possible 12-month renewals.
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.1.8)

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:  27/11/2020
Local time:  17:00
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 : 4  (from the date stated for receipt of tender)
IV.2.7)

Conditions for opening of tenders

Date:  27/11/2020
Local time:  17:00

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  yes
Estimated timing for further notices to be published:  
Two to four years
VI.2)

Information about electronic workflows

Electronic invoicing will be accepted
Electronic payment will be used
VI.4)

Procedures for review

VI.4.1)

Review body

High Court of Ireland
Dublin
IE