Contract notice

Information

Published

Date of dispatch of this notice: 10/08/2022

Expire date: 21/09/2022

External Reference: 2022-214881

TED Reference: 2022/S 155-443637

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=220863&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 Software Test Resources
II.1.2)

Main CPV code

72254000  -  Software testing
II.1.3)

Type of contract

Services
II.1.4)

Short description

Experienced Software Test Resources are required to support the various test phases being carried out on the ITS, NGT and other systems within the Authority. The Authority intends to use the Test Resources extensively over a number of different projects within the Authority. It is possible that Test Resources will be working on several different business areas in parallel at the same time. The Test Resources shall be involved in various types of testing in the complete testing cycle. It varies from unit (component) testing to sub-system and system testing and includes User Acceptance Testing (“UAT”) and Pilots. It is a mix of automated (script-based) testing and manual, black-box testing. Testing is typically based on requirements specifications and use cases for the various systems, and will be executed in several phases and cycles. Some test execution cycles will be supported by and witnessed by the external participants. Further detail provided in the Tender Documentation.
II.1.5)

Estimated total value

Value excluding VAT: 5076000.00  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
72212517  -  IT software development services
72212610  -  Database software development services
72250000  -  System and support services
72254000  -  Software testing
72254100  -  Systems testing services
72260000  -  Software-related services
72262000  -  Software development services
72265000  -  Software configuration services
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
II.2.4)

Description of the procurement

Experienced Software Test Resources are required to support the various test phases being carried out on the ITS, NGT and other systems within the Authority. The Authority intends to use the Test Resources extensively over a number of different projects within the Authority. It is possible that Test Resources will be working on several different business areas in parallel at the same time. The Test Resources shall be involved in various types of testing in the complete testing cycle. It varies from unit (component) testing to sub-system and system testing and includes User Acceptance Testing (“UAT”) and Pilots. It is a mix of automated (script-based) testing and manual, black-box testing. Testing is typically based on requirements specifications and use cases for the various systems, and will be executed in several phases and cycles. Some test execution cycles will be supported by and witnessed by the external participants e.g. 3rd party organisations that operate our systems. The successful Tenderer shall provide Test Resources at various levels of seniority, such as:
- Test Lead;
- Senior Software Tester;
- Junior Software Tester; and
- Test Analyst.
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: 5076000.00  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:  
If the Services provided are deemed to be satisfactory the contract may be renewed annually up to a maximum of two (2) years after the end of the second year.
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 per the Request for Tender Documentation
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 per the Request for Tender Documentation
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.1.8)

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:  14/09/2022
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:  14/03/2023
IV.2.7)

Conditions for opening of tenders

Date:  14/09/2022
Local time:  12:00

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

he 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).