Contract notice

Information

Published

Date of dispatch of this notice: 03/06/2022

Expire date: 11/07/2022

External Reference: 2022-285188

TED Reference: 2022/S 109-308439

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

National Transport Authority
0000
Dun Sceine, Iveagh Court Harcourt Lane
Dublin 2
D02WT20
IE
Contact person: Carolyn Keegan
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=215700&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 Colocation Datacentre Hosting 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

These services are indicative only, are not exhaustive, are subject to change and are as follows: Two (2) separate and divergent Tier 3 colocation datacentres operating at a minimum to ISO27001 standard; Datacentres must have existing network and fibre interconnects in place; Migration services, including project management and technical services, of systems from the existing datacentres to the providers Tier 3 datacentre locations; Capacity to securely host five (5) 42U cabinets or racks per datacentre site, which will require a minimum of 2 separate 32AMP plugs on separate Power Distribution Units; Flexibility for floor space and power provided to allow the Authority to scale down/up hosting requirements as per capacity demands; Datacentre configuration, operations and management system to monitor the environment which includes but is not limited to temperature, humidity and main power supply; See Tender Documents for further details
II.1.5)

Estimated total value

Value excluding VAT: 2500000.00  EUR
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

72300000  -  Data services
72315100  -  Data network support services
72315200  -  Data network management services
72317000  -  Data storage services
72320000  -  Database services
72322000  -  Data management services
72590000  -  Computer-related professional services
72700000  -  Computer network services
72910000  -  Computer back-up services
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
II.2.4)

Description of the procurement

The Authority seeks an experienced colocation datacentre hosting partner to provide technical support and expertise to migrate, host and manage hosting services for the Authority’s production, non-production and Disaster Recovery servers, systems and applications.
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: 2500000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48
This contract is subject to renewal: yes
Description of renewals:  
The period of the Contract will be for an initial period of four (4) years. If the services provided are deemed to be satisfactory the contract may be renewed annually by the Authority, at its sole discretion, with the renewal being for a period up to 12 months, till the conclusion of the LEAP card ITS system. It is expected that the system will remain in use for the next five to ten years
II.2.9)

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

Maximum number: 5
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

The estimated range of the contract value is €1,140,000 - €2,500,000. The Authority’s current planning which is subject to change depending on technology roadmaps, usage, consolidation and adoption of further cloud services, it is expected that over the next 2 to 4 years of the commencement of the contract, requirements may be reduced depending on an as yet to be agreed strategy for these services

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 Tender 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

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:  11/07/2022
Local time:  12:00
IV.2.3)

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

Date: 30/09/2022
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English

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 NTA will not be responsible for any costs, charges or expenses incurred by candidates or tenderers relating to any of the contract award procedures irrespective of the outcome the competition, or if the competition is postponed or cancelled.
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), or change the basis of, and the procedures for, the bidding process, at any time, or procure the services by alternative means if it appears that the services can thereby be more advantageously procured. The most economically advantageous or any tender will not automatically be accepted
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 (Award of Public Sector Contracts) (Review Procedures) Regulations 2010 (in particular Regulation 7 thereof).