Contract notice

Information

Published

Date of dispatch of this notice: 17/07/2020

Expire date: 24/08/2020

External Reference: 2020-225672

TED Reference: 2020/S 140-344863

Contract notice

[NoticeContract]

[Directive201424]

[Section1]: [Ca]

I.1)

[NameAddressContact]

National Transport Authority
N/A
Dun Sceine
Harcourt Lane
Iveagh Court
IE
[Contactpoint]: Fran Kehoe
[AddressPhone]: +353 18798300
[AddressFax]: +353 18798333
[Internets]:
I.3)

[InfoTendering]

[AddressObtainDocs]:  
http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=170681&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 and Operation of Information and Communications Technologies (ICT) Managed Services
II.1.2)

[CpvMain]

72222300  - 
II.1.3)

[TypeContract]

[Services]
II.1.4)

[DescrShort]

The NTA is seeking an experienced ICT Managed Services partner in order to provide a range of ICT Managed Services. The range of services required may include:
• Delivery and Execution of Service Desk Services
• Delivery and Execution of ICT Service Governance
• Delivery and Execution of ICT Service Operations
• Delivery and Execution of Data Centre Hosting Operations
• Delivery and Execution of Security Monitoring Operations
• Delivery and Execution of ICT Consulting Services
• Delivery and Execution of Transition Services
II.1.6)

[LotsInfo]

[DivisionLots]: [No]
II.2)

[Description]

II.2.2)

[CpvAdditional]

48730000  - 
48822000  - 
50324000  - 
72140000  - 
72150000  - 
72212900  - 
72514300  - 
72540000  - 
72700000  - 
72900000  - 
72910000  - 
II.2.3)

[PlacePerformance]

[MainsiteplaceWorksDelivery]:  
Dublin
II.2.4)

[DescrProcurement]

The NTA is seeking an experienced ICT Managed Services partner in order to provide a range of ICT Managed Services. The range of services required may include:
• Delivery and Execution of Service Desk Services - The Service Desk is a vitally important part of the NTA’s ICT Department and should be the single point of contact for ICT end-users on a day-to-day basis and will handle all incidents and service requests, usually using specialist software tools to log and manage all such events;
• Delivery and Execution of ICT Service Governance - The ICT Service Governance processes ensures that all the ICT Operations are controlled, measured and managed to support ICT Operations service targets and business expectations;
• Delivery and Execution of ICT Service Operations - The ICT Service Operations processes defines the anticipated administration, operation and management activities to be performed, under this contract, against the NTA systems and hosts;
• Delivery and Execution of Data Centre Hosting Operations - Data Centre Hosting Operations refers to the management of the physical ICT environment, including Data Centres or computer rooms for both the Corporate ICT environment and Bus Market Opening ICT environment;
• Delivery and Execution of Security Monitoring Operations - The Security Monitoring Operations process is to ensure that security related event and incident data are reviewed and analysed on a regular basis using a combination of automated and manual methods to identify anomalous activity or behaviour;
• Delivery and Execution of ICT Consulting Services - The NTA will have the right under the contract to drawdown additional ICT consultancy services as it may require from time to time; and
• Delivery and Execution of Transition Services - The ICT Managed Services provider will be required to proactively manage the mobilisation and transition activities to enable a seamless transition of the services from the existing contracts to the new contract.
II.2.5)

[AwardCriteria]

[AwardCriteriaDescriptive]
II.2.7)

[DurationContractFrameworkDps]

[DurationMonths]: 24
[RenewalsSubject]: [Yes]
[RenewalsDescr]:  
It is anticipated that the term of the Contract will be for two (2) years from the Operational Services Start Date , with options for the Authority to extend the Contract. If the Services are deemed to be satisfactory by the Authority, the Contract may be extended for a period or periods, up to a maximum of two (2) years after the end of the second year.
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]

[Section4]: [Procedure]

IV.1)

[Description]

IV.1.1)

[TypeProcedure]

[ProctypeCompNegotiation]
IV.1.8)

[GpaInfo]

[GpaCovered] : [Yes]
IV.2)

[InfoAdmin]

IV.2.2)

[LimitReceiptTendersReqPart]

[Date]:  24/08/2020
[Time]:  12:00
IV.2.4)

[LanguagesAllowed]

[Language_EN]
IV.2.6)

[MinTimeMaintain]

[DurationMonths] : 6  ([FromStatedDate])

[Section6]: [InfoComplement]

VI.1)

[RecurrenceInfo]

[RecurrentProcurement]:  [No]
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
Dublin
D7
IE
[AddressPhone]: +353 18886000
[AddressFax]: +353 18886125

VI.4.2)

[MediationBody]

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

VI.4.3)

[AppealsLodging]

[AppealsDeadline]: 
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).