Contract notice

Information

Published

Date of dispatch of this notice: 27/11/2020

Expire date: 08/02/2021

External Reference: 2020-215260

TED Reference: 2020/S 232-571554

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Road Safety Authority (RSA)
N/A
Moy Business Park
Ballina
Primrose Hill
IE
Contact person: Procurement and Contracts Office
Telephone: +353 9625000
Internet address(es):
Main address: www.rsa.ie

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=178667&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

Other activity:  Road Safety and Public Service Provision

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Provision of ICT Software Solution Delivery Services to the RSA
Reference number:  ET2010
II.1.2)

Main CPV code

72260000  -  Software-related services
II.1.3)

Type of contract

Services
II.1.4)

Short description

The RSA is seeking tenders for admission to a multi-party multi-lot framework for the provision of ICT Software Solution Delivery Services across the following lots:
Lot 1: Bespoke Software Solution Delivery Services;
Lot 2: Commercial Off-the-Shelf Software Solution Delivery Services;
The framework will be for a period of 4 years and the top three scoring tenderers in respect of each lot will be admitted to the framework under the relevant lot.
Further information in relation to this competition is set out in the documents attached to this notice in the lot 1 folder (for avoidance of doubt, the documents provided in Lot 1 folder relate to both lots 1 and 2).
II.1.5)

Estimated total value

Value excluding VAT: 5000000.00  EUR
II.1.6)

Information about lots

This contract is divided into lots: yes
Tenders may be submitted for  all lots
II.2)

Description

II.2.1)

Title

Bespoke Software Solution Delivery Services
Lot No:  1
II.2.2)

Additional CPV code(s)

48000000  -  Software package and information systems
72000000  -  IT services: consulting, software development, Internet and support
72200000  -  Software programming and consultancy services
72210000  -  Programming services of packaged software products
72212900  -  Miscellaneous software development services and computer systems
72227000  -  Software integration consultancy services
72230000  -  Custom software development services
72254000  -  Software testing
72261000  -  Software support services
72262000  -  Software development services
72263000  -  Software implementation services
72265000  -  Software configuration services
72266000  -  Software consultancy services
72268000  -  Software supply services
II.2.4)

Description of the procurement

(i) It is envisaged that projects under this Lot will relate mainly to the supply of bespoke developed software solutions which cannot be delivered via off-the-shelf software.
(ii) the provision of ongoing support, consultation, and optimisation recommendations in relation to supplied bespoke developed software solutions may also be required;
(iii) For avoidance of doubt, where, in order to deliver a bespoke solution, third party components (whether off-the-shelf or otherwise) are required, this will still be considered a bespoke solution under this Lot.
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: 48
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

Additional information is provided in the documents attached via the above link
II.2)

Description

II.2.1)

Title

Commercial Off-The-Shelf Software Solution Delivery Services
Lot No:  2
II.2.2)

Additional CPV code(s)

48000000  -  Software package and information systems
72000000  -  IT services: consulting, software development, Internet and support
72200000  -  Software programming and consultancy services
72210000  -  Programming services of packaged software products
72212900  -  Miscellaneous software development services and computer systems
72227000  -  Software integration consultancy services
72230000  -  Custom software development services
72254000  -  Software testing
72261000  -  Software support services
72262000  -  Software development services
72263000  -  Software implementation services
72265000  -  Software configuration services
72266000  -  Software consultancy services
72268000  -  Software supply services
II.2.4)

Description of the procurement

(i) It is envisaged that projects under this Lot will vary in size and scope but are expected to include:
• Reviewing existing solutions on the RSA’s integrated business solutions platform (“BSP”) (i.e. Microsoft Dynamics CRM – see Appendix 10 for more information) for potential reuse, customising or enhancements to provide RSA-specific functionality to the out-of-the-box capabilities of BSP.
• Evaluating and developing new solutions, identifying the Microsoft Dynamics features that best fit the RSA’s needs and deploying the required solution on to BSP;
• Provision of ongoing support, consultation, and optimisation recommendations;
(ii) Bespoke customisation of COTS also falls within the scope of this Lot 2.
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: 48
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

Additional information is available in the document attached via the above link.

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

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.1.3)

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:  3
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:  13/01/2021
Local time:  10:00
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:  14/07/2021
IV.2.7)

Conditions for opening of tenders

Date:  13/01/2021
Local time:  10:00

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
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

The High Court of Ireland
High Court Central Office, Four Courts, Inns Quay
Dublin
Dublin 7
IE
Telephone: +353 18886000
Internet address: http://www.courts.ie

VI.4.3)

Review procedure

Precise information on deadline(s) for review procedures: 
Please consult your legal advisors