Contract notice

Information

Published

Date of dispatch of this notice: 12/05/2021

Expire date: 14/06/2021

External Reference: 2021-288794

TED Reference: 2021/S 094-247310

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
Dublin 2
D02 WT20
IE
Contact person: David Rice
Telephone: +353 18798300
Fax: +353 18798333
NUTS code:  IE0 -  IRELAND
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=188629&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 ICT Security Resourcing Services
II.1.2)

Main CPV code

72315000  -  Data network management and support services
II.1.3)

Type of contract

Services
II.1.4)

Short description

The National Transport Authority is seeking a suitably qualified supplier for the provision of Security Resources, to manage and operate Information and Data Security activities and responsibilities on behalf of the Authority through a combination of on-site and off-site models (including off-shore).
Indicative Security Resources roles include:
a) Security Manager;
b) Security Architect;
c) Security Officer;
d) Security Analyst; and
e) Security Penetration Tester
Additionally the Authority may have a requirement for our Supplier to manage the operational support of solutions in the Authority’s production environments.
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
72212730  -  Security software development services
72212731  -  File security software development services
72212732  -  Data security software development services
72222000  -  Information systems or technology strategic review and planning services
72315000  -  Data network management and support services
72315200  -  Data network management services
72600000  -  Computer support and consultancy services
72610000  -  Computer support services
72700000  -  Computer network services
72820000  -  Computer testing services
79710000  -  Security services
II.2.3)

Place of performance

NUTS code:  IE0 -  IRELAND
Main site or place of performance:  
Ireland
II.2.4)

Description of the procurement

The National Transport Authority is seeking a suitably qualified supplier for the provision of Security Resources, to manage and operate Information and Data Security activities and responsibilities on behalf of the Authority through a combination of on-site and off-site models (including off-shore).
Indicative Security Resources roles include:
a) Security Manager;
b) Security Architect;
c) Security Officer;
d) Security Analyst; and
e) Security Penetration Tester
Additionally the Authority may have a requirement for our Supplier to manage the operational support of solutions in the Authority’s production environments.
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:  
If the Services are deemed to be satisfactory, the Contract may be renewed annually up to a maximum of two years after the end of the second year. The extension of the Contract will be dependent on service requirements, performance and continued funding availability.
II.2.9)

Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 5
Objective criteria for choosing the limited number of candidates:
Dependent on the number of compliant submissions received, the Authority intends to invite up to five candidates, (subject to the quality of the Candidates being acceptable) for inclusion onto the tender shortlist.
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 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

Will be set out at Invitation to Tender Stage.

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Restricted 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:  14/06/2021
Local time:  12:00
IV.2.3)

Estimated date of dispatch of invitations to tender or to participate to selected candidates

Date: 21/07/2021
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:  22/02/2022

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 18886125
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).