Contract notice

Information

Published

Date of dispatch of this notice: 04/02/2022

Expire date: 11/03/2022

External Reference: 2022-292558

TED Reference: 2022/S 028-071787

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

National Transport Authority
Dun Sceine Harcourt Lane
Dublin
D02 WT20
IE
Contact person: Orlagh McGowan
Telephone: +353 18798300
Fax: +353 18798333
NUTS code:  IE -  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=206743&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 Microsoft Dynamics Migration, Support and Maintenance Services
II.1.2)

Main CPV code

72000000  -  IT services: consulting, software development, Internet and support
II.1.3)

Type of contract

Services
II.1.4)

Short description

The National Transport Authority seeks an experienced Microsoft Dynamics partner who can provide technical support and expertise to design, develop and support the National Transport Authority’s Customer Relationship Management system – Microsoft Dynamics. At present, the National Transport Authority uses both Microsoft Dynamics CRM 2015 on premise version and Microsoft Dynamics 365 online.
The following categories of services shall be required under the proposed contract:
• Service Category 1: Transition from incumbent service provider to the successful tenderer;
• Service Category 2: CRM Dynamics and Dynamics 365 Maintenance and Support including IT and Security;
• Service Category 3: CRM Dynamics and Dynamics 365 Future Scope System Design, Development and Approach; and
• Service Category 4: Provision of CRM System Manager.
II.1.5)

Estimated total value

Value excluding VAT: 1880000.00  EUR
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

72200000  -  Software programming and consultancy services
72220000  -  Systems and technical consultancy services
72250000  -  System and support services
72253000  -  Helpdesk and support services
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
Main site or place of performance:  
Dublin
II.2.4)

Description of the procurement

The National Transport Authority seeks an experienced Microsoft Dynamics partner who can provide technical support and expertise to design, develop and support the National Transport Authority’s Customer Relationship Management system – Microsoft Dynamics. At present, the National Transport Authority uses both Microsoft Dynamics CRM 2015 on premise version and Microsoft Dynamics 365 online.
The following categories of services shall be required under the proposed contract:
• Service Category 1: Transition from incumbent service provider to the successful tenderer;
• Service Category 2: CRM Dynamics and Dynamics 365 Maintenance and Support including IT and Security;
• Service Category 3: CRM Dynamics and Dynamics 365 Future Scope System Design, Development and Approach; and
• Service Category 4: Provision of CRM System Manager.
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: 1880000.00  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:  
It is anticipated that the initial term of the contract will be for two (2) years with options for
the National Transport Authority to extend the term for any period or succession of periods up to a further two (2) years.
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 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.

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:  11/03/2022
Local time:  12:00
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:  07/09/2022
IV.2.7)

Conditions for opening of tenders

Date:  11/03/2022
Local time:  12:00

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
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 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 18886000
Fax: +353 18886125
Internet address: https://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).