Contract notice

Information

Published

Date of dispatch of this notice: 01/02/2019

Expire date: 25/03/2019

External Reference: 2019-233953

TED Reference: 2019/S 025-055924

Contract notice

[NoticeContract]

[Directive201424]

[Section1]: [Ca]

I.1)

[NameAddressContact]

National Transport Authority
N/A
Dun Sceine, Iveagh Court, Harcourt Lane
Dublin 2
D02 WT20
IE
[Contactpoint]: Ellen O'Connor
[AddressPhone]: +353 18798300
[AddressFax]: +353 18798333
[Internets]:
I.3)

[InfoTendering]

[AddressObtainDocs]:  
http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=141632&B=ETENDERS_SIMPLE
[AddressFurtherinfo]
[AsContactsAbove]:  
[AddressSendTendersRequest]
[AddressSendTendersRequest]
[AddressToAbove]
I.4)

[CaType]

[MaintypeNatagency]
I.5)

[Mainactivity]

[OtherActivity]:  Transport

[Section2]: [Object]

II.1)

[QuantityScopeContract]

II.1.1)

[TitleContract]

Provision of SharePoint and CRM Development and Support Services
II.1.2)

[CpvMain]

72200000  - 
II.1.3)

[TypeContract]

[Services]
II.1.4)

[DescrShort]

The National Transport Authority uses Microsoft Dynamics CRM 2015 on-premise version with SQL Server 2012 as the backend database. The system is used to manage customer /citizen communications from a number of channels, namely:
- Parliamentary Questions;
- Freedom of Information Requests and communications via the Authority’s website;
- Queries to the following lines of business from the NTA website and through email channels:
o Bus Licencing;
o Cycling;
o Bus and Train services;
o Taxi Regulation matters;
o Passenger information;
o Passenger rights; and
o Bus Connects programme matter.
- Clamping appeals.
Additional details on the scope and requirements are provided in the tender documents.
II.1.6)

[LotsInfo]

[DivisionLots]: [No]
II.2)

[Description]

II.2.2)

[CpvAdditional]

48000000  - 
48100000  - 
48400000  - 
48810000  - 
48900000  - 
48920000  - 
72000000  - 
72200000  - 
72210000  - 
72211000  - 
72212000  - 
72212310  - 
72212311  - 
72212480  - 
72220000  - 
72221000  - 
72222000  - 
72230000  - 
72240000  - 
72500000  - 
72510000  - 
72600000  - 
II.2.3)

[PlacePerformance]

[MainsiteplaceWorksDelivery]:  
Dublin
II.2.4)

[DescrProcurement]

The National Transport Authority uses Microsoft Dynamics CRM 2015 on-premise version with SQL Server 2012 as the backend database. The system is used to manage customer /citizen communications from a number of channels, namely:
- Parliamentary Questions;
- Freedom of Information Requests and communications via the Authority’s website;
- Queries to the following lines of business from the NTA website and through email channels:
o Bus Licencing;
o Cycling;
o Bus and Train services;
o Taxi Regulation matters;
o Passenger information;
o Passenger rights; and
o Bus Connects programme matter.
- Clamping appeals.
The requirement for CRM going forward will be extended to cover many of the following requirements:
- Incorporation of new functions assigned to the NTA;
- Leapcard cases;
- Possible inclusion of the CRM systems for other transport operators;
- Inclusion of social listening and social media; and
- Inclusion of new social channels such as chatbot.
The Authority also uses SharePoint 2015 for basic document collaboration, throughout the organisation. The SharePoint system facilitates:
- Document Management;
- Team collaboration;
- the provision of intranet (known as Transportal) and extranet portals (supplier collaboration sites);
- external access for collaboration with external stakeholders; and
- improved collaboration for the staff and board members.
In the future, the platform may be extended to include:
- automation of business processes through workflows where appropriate.
The Authority requires a CRM and SharePoint service provider to assist with the above requirements.
II.2.5)

[AwardCriteria]

[AwardCriteriaDescriptive]
II.2.7)

[DurationContractFrameworkDps]

[DurationMonths]: 24
[RenewalsSubject]: [Yes]
[RenewalsDescr]:  
The expected term of the Contract will be 2 years with the option to extend on an annual basis, up to a maximum 4 year period. The option to extend the Contract will be at the sole discretion of the NTA and will be dependent on service requirements and performance.
II.2.10)

[VariantsInfo]

[VariantsAccepted]: [No]
II.2.11)

[OptionsInfo]

[Options]: [No]
II.2.13)

[EuProgrInfo]

[EuProgrRelated]: [No]

[Section3]: [InfoLegal]

III.1)

[ConditionsParticip]

III.1.1)

[SituationPersonalIncl]

[InfoEvaluatingRequir]:  As set out in the tender documents.
III.1.2)

[EconomicFinancialStanding]

[CriteriaSelectionDocs]
III.1.3)

[TechnicalCapacity]

[CriteriaSelectionDocs]
III.2)

[ConditionsContract]

III.2.2)

[OtherConditions]

As set out in the tender documents.
III.2.3)

[StaffResponsible]

[StaffResponsibleIndicate]

[Section4]: [Procedure]

IV.1)

[Description]

IV.1.1)

[TypeProcedure]

[ProctypeOpen]
IV.1.8)

[GpaInfo]

[GpaCovered] : [Yes]
IV.2)

[InfoAdmin]

IV.2.2)

[LimitReceiptTendersReqPart]

[Date]:  11/03/2019
[Time]:  12:00
IV.2.4)

[LanguagesAllowed]

[Language_EN]
IV.2.6)

[MinTimeMaintain]

[DateTenderValid]:  07/09/2019
IV.2.7)

[OpeningConditions]

[Date]:  11/03/2019
[Time]:  14:00

[Section6]: [InfoComplement]

VI.1)

[RecurrenceInfo]

[RecurrentProcurement]:  [Yes]
VI.2)

[InfoEworkflow]

[EorderingUsed]
[EinvoicingUsed]
[EpaymentUsed]
VI.3)

[InfoAdditional]

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 certificate or 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)

[AppealsProcedure]

VI.4.1)

[AppealsBody]

High Court of Ireland
Four Courts, Ground Floor (East Wing), Inns Quay
Dublin 7
D7
IE
[AddressPhone]: +353 18886000
[AddressFax]: +353 18886125

VI.4.3)

[AppealsLodging]

[AppealsDeadline]: 
As set out in S.I. No. 130/2010 European Communities (Public Authorities' Contracts) (Review Procedures) Regulations 2010 (in particular Regulation 7 thereof).