Contract award notice

Information

Published

Date of dispatch of this notice: 25/05/2021

External Reference: 2021-257800

TED Reference: 2021/S 102-268914

Contract award notice

Contract award notice

Results of the procurement procedure

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Sustainable Energy Authority of Ireland
9607090O
Three Park Place, Upper Hatch Street
Dublin 2
D02 FX65
IE
Contact person: Patrick Pirkl
Telephone: +353 18082124
NUTS code:  IE -  IRELAND
Internet address(es):
Main address: http://www.seai.ie

I.4)

Type of the contracting authority

Body governed by public law
I.5)

Main activity

Other activity:  Sustainable Energy

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Managed services provider for Microsoft Cloud Software Development, System Support and Operational Services
Reference number:  Manage Svcs Provider Microsoft RFT 180668
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

The objective of this request for tender was to invite suitably qualified service providers to tender for the provision of a managed services provider for Microsoft Cloud (Dynamics 365, SharePoint Online and Azure), Software Development (Full Development Life Cycle), System Support and Operational Services for SEAI Business Process Information Systems and Business Change Supports.
SEAI has identified a suitably qualified and resourced, multi-disciplined IT Service Provider for the provision of a range of managed support services to support a number of SEAI business process information systems and business changes.
For further information please see Request for Tender at www.etenders.gov.ie.
II.1.6)

Information about lots

This contract is divided into lots: no
II.1.7)

Total value of the procurement

Value excluding VAT:  3533000.00  EUR
II.2)

Description

II.2.2)

Additional CPV code(s)

72224000  -  Project management consultancy services
72253200  -  Systems support services
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
II.2.4)

Description of the procurement

The objective of this request for tender was to invite suitably qualified service providers to tender for the provision of a managed services provider for Microsoft Cloud (Dynamics 365, SharePoint Online and Azure), Software Development (Full Development Life Cycle), System Support and Operational Services for SEAI Business Process Information Systems and Business Change Supports.
SEAI has identified a suitably qualified and resourced, multi-disciplined IT Service Provider for the provision of a range of managed support services to support a number of SEAI business process information systems and business changes.
The successful tenderer will work with SEAI and its partners to provide a secure, highly available application. A critical requirement from any service provider is an ability to demonstrate high levels of governance controls.
The successful tenderer will initially be required to familiarise themselves with SEAI’s system setup, and subsequently advise and assist with continuous changes/improvements during the term of the contract and will be required to partner with the SEAI IT team and third parties to provide technology advice, future system consultation, assist with the implementation of IT projects or business change, incident management and IT support.
The main requirements are as follows:
• Management of operational services including availability, incident management, preventative maintenance and BCP.
• Software development and project management including change management, deployment, and quality control.
• Support of business change and opportunity development.
For further information please see Request for Tender at www.etenders.gov.ie.
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Criteria 1: Demonstrated a clear understanding of the tender requirements.  /  Weighting:  500
Quality criterion  -  Name:  Criteria 2: Quality of organisational capability to deliver services:• Governance, business controls and innovation demonstrated within the response.  /  Weighting:  500
Quality criterion  -  Name:  • Quality and quantity of relevant certification, standards, and organisation resources.  /  Weighting:  500
Quality criterion  -  Name:  • Quality of account management, reporting, knowledge transfer, level of service, tools and technology proposed within the response.  /  Weighting:  500
Quality criterion  -  Name:  Criteria 3: Quality of organisational capacity to deliver services:• Quality, quantity, and balance of the resources of the proposed team.  /  Weighting:  1000
Quality criterion  -  Name:  Criteria 4: Quality of approach to delivery of requirements, including availability, incidents management, preventative maintenance and BCP  /  Weighting:  1000
Quality criterion  -  Name:  • Quality of project management approach and software development life cycle methodology including change management, deployment, and quality control  /  Weighting:  1000
Quality criterion  -  Name:  • Approach to business change and opportunity development  /  Weighting:  1000
Cost criterion  -  Name:  Cost  /  Weighting:  4000
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: yes
Identification of the project: ERDF

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.2.1)

Previous publication concerning this procedure

Notice number in the OJ S: 2020/S 230-567302

Section V: Award of contract

Contract No: 1

Title: Managed services provider for Microsoft Cloud Software Development, System Support and Operational Services

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

17/05/2021
V.2.2)

Information about tenders

Number of tenders received:  4
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

Codec- DSS trading as Codec
487352
Hyde House
65 Adelaide Road, Dublin 2
D02 N446
IE
NUTS code:  IE -  IRELAND

The contractor is an SME : yes
V.2.4)

Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot:  3533000.00  EUR

Section VI: Complementary information

VI.4)

Procedures for review

VI.4.1)

Review body

High Court, Four Courts
Inns Quay, Smithfield
Dublin
D7
IE

VI.4.3)

Review procedure

Precise information on deadline(s) for review procedures: 
Courts Service of Ireland, Four Courts, Smithfield, Dublin 7, Ireland.