Contract notice

Information

Published

Date of dispatch of this notice: 16/06/2022

Expire date: 17/08/2022

External Reference: 2022-226350

TED Reference: 2022/S 118-332554

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=216784&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 Amazon Web Services Cloud Consumption
II.1.2)

Main CPV code

48000000  -  Software package and information systems
II.1.3)

Type of contract

Supplies
II.1.4)

Short description

This competition is solely for the provision of AWS cloud consumption (compute and storage)
only under the Public and Community IaaS/PaaS (Infrastructure as a Service / Platform as a
Service). Private IaaS is currently covered by the Authority’s Datacentres. Note there is no requirement for Cloud management services (people) under this competition. The Authority currently has 12 AWS (Amazon Web Services) accounts managed in the AWS cloud.
Full details of all requirements are available in the RFT document attached to this notice
II.1.5)

Estimated total value

Value excluding VAT: 3100000.00  EUR
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

48100000  -  Industry specific software package
48218000  -  License management software package
48517000  -  IT software package
48800000  -  Information systems and servers
48900000  -  Miscellaneous software package and computer systems
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
II.2.4)

Description of the procurement

This competition is solely for the provision of AWS cloud consumption (compute and storage) only under the Public and Community IaaS/PaaS (Infrastructure as a Service / Platform as a Service). Private IaaS is currently covered by the Authority’s Datacentres.
Note there is no requirement for Cloud management services (people) under this competition. See RFT for full list of main AWS services currently in use. The Authority currently has 12 AWS (Amazon Web Services) accounts managed in the AWS cloud. For operational reasons the Authority requires that the successful tenderer must maintain a structure without any impact to IT operations. To achieve this the tenderer must confirm as part of their response that the Authority will be able to maintain this structure which allows the following: AWS Single Sign-On (SSO), AWS Config is centrally deployed, centralise billing and the ability to apply saving plans shared across multiple accounts, separate AWS Organization into three different Operational areas and No root (administrator) access is required by the Tenderer or inherited on Authority’s accounts.
Full details of all requirements are available in the RFT document attached to this notice
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: 3100000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 36
This contract is subject to renewal: yes
Description of renewals:  
The expected term of the contract will be for an initial period of three (3) years. The Contract
may be renewed annually, at the option of the Authority, 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.1.2)

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

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:  21/07/2022
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:  21/01/2023
IV.2.7)

Conditions for opening of tenders

Date:  21/07/2022
Local time:  12:00

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.3)

Additional information

The 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: 
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).