Contract notice

Information

Published

Date of dispatch of this notice: 12/08/2021

Expire date: 23/09/2021

External Reference: 2021-268029

TED Reference: 2021/S 158-418516

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]: Mark Bradwell
[AddressPhone]: +353 18798300
[AddressFax]: +353 18798333
[Nutscode]:  IE0 -  IRELAND
[Internets]:
I.3)

[InfoTendering]

[AddressObtainDocs]:  
http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=195459&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]

Multi-Supplier Framework for ICT Resources in 6 Lots
II.1.2)

[CpvMain]

72000000  - 
II.1.3)

[TypeContract]

[Services]
II.1.4)

[DescrShort]

The objective of this competition is to establish a framework of suitable qualified service providers who will be available, upon request, to tender for the provision of ICT resources in six (6) Lots for the Authority.
Following consideration of Tenders received, the Authority may, at its discretion, enter into Contracts (being the Framework Agreement) with a maximum of six tenderers for Lots 1 to 6 inclusive, subject to that number meeting the minimum criteria and submitting the most economically advantageous Tenders.
II.1.6)

[LotsInfo]

[DivisionLots]: [Yes]
[LotsSubmittedFor]  [LotsAll]
II.2)

[Description]

II.2.1)

[TitleContract]

ICT Infrastructure and Operations Support Services
[LotNumber]:  1
II.2.2)

[CpvAdditional]

71356000  - 
71356300  - 
71600000  - 
72220000  - 
72222300  - 
72226000  - 
72400000  - 
II.2.3)

[PlacePerformance]

[Nutscode]:  IE0 -  IRELAND
II.2.4)

[DescrProcurement]

The objective of this competition is to establish a framework of suitable qualified service providers who will be available, upon request, to tender for the provision of ICT resources in six (6) Lots for the Authority.
Following consideration of Tenders received, the Authority may, at its discretion, enter into Contracts (being the Framework Agreement) with a maximum of six tenderers for Lots 1 to 6 inclusive, subject to that number meeting the minimum criteria and submitting the most economically advantageous Tenders.
The roles required for Lot 1:ICT Infrastructure and Operations Support Services include:
• Applications Support Engineer
• GIS Administrator
• ICT Administrator
• IT Service Delivery Manager
• Middleware Specialist
• Network Architect
• Network Support Engineer / Administrator (Data)
• Performance Tester
• Test Lead
• Virtualisation Specialist
• Wintel Server Engineer / Administrator
• Database Administrator
II.2.5)

[AwardCriteria]

[AwardCriteriaDescriptive]
II.2.7)

[DurationContractFrameworkDps]

[DurationMonths]: 48
[RenewalsSubject]: [No]
II.2.10)

[VariantsInfo]

[VariantsAccepted]: [No]
II.2.11)

[OptionsInfo]

[Options]: [No]
II.2.13)

[EuProgrInfo]

[EuProgrRelated]: [No]
II.2.14)

[InfoAdditional]

Additional information can be found in the Request for Tenders document.
II.2)

[Description]

II.2.1)

[TitleContract]

PMO
[LotNumber]:  2
II.2.2)

[CpvAdditional]

71356000  - 
71356300  - 
71600000  - 
72220000  - 
72222300  - 
72226000  - 
72400000  - 
II.2.3)

[PlacePerformance]

[Nutscode]:  IE0 -  IRELAND
II.2.4)

[DescrProcurement]

The objective of this competition is to establish a framework of suitable qualified service providers who will be available, upon request, to tender for the provision of ICT resources in six (6) Lots for the Authority.
Following consideration of Tenders received, the Authority may, at its discretion, enter into Contracts (being the Framework Agreement) with a maximum of six tenderers for Lots 1 to 6 inclusive, subject to that number meeting the minimum criteria and submitting the most economically advantageous Tenders.
The roles required for Lot 2: PMO include:
• Project Manager
• Programme Manager
• Project Administrator
• Business Analyst
II.2.5)

[AwardCriteria]

[AwardCriteriaDescriptive]
II.2.7)

[DurationContractFrameworkDps]

[DurationMonths]: 48
[RenewalsSubject]: [No]
II.2.10)

[VariantsInfo]

[VariantsAccepted]: [No]
II.2.11)

[OptionsInfo]

[Options]: [No]
II.2.13)

[EuProgrInfo]

[EuProgrRelated]: [No]
II.2.14)

[InfoAdditional]

Additional information can be found in the Request for Tenders document.
II.2)

[Description]

II.2.1)

[TitleContract]

Data, BI and Analytics Services
[LotNumber]:  3
II.2.2)

[CpvAdditional]

71356000  - 
71356300  - 
71600000  - 
72220000  - 
72222300  - 
72226000  - 
72400000  - 
II.2.3)

[PlacePerformance]

[Nutscode]:  IE0 -  IRELAND
II.2.4)

[DescrProcurement]

The objective of this competition is to establish a framework of suitable qualified service providers who will be available, upon request, to tender for the provision of ICT resources in six (6) Lots for the Authority.
Following consideration of Tenders received, the Authority may, at its discretion, enter into Contracts (being the Framework Agreement) with a maximum of six tenderers for Lots 1 to 6 inclusive, subject to that number meeting the minimum criteria and submitting the most economically advantageous Tenders.
The roles required for Lot 3: Data, BI and Analytics Services include:
• Business Intelligence Developer
• Database / Data Warehouse Consultant
• Statistician
• Data Scientist
• Data Engineer
• Business Intelligence Analyst
• Data Governance Specialist
• Data Analyst
• Data Solution Architect
• BI Project Manager
• Data Architect
• BI Architect
• Database Systems Architect
II.2.5)

[AwardCriteria]

[AwardCriteriaDescriptive]
II.2.7)

[DurationContractFrameworkDps]

[DurationMonths]: 48
[RenewalsSubject]: [No]
II.2.10)

[VariantsInfo]

[VariantsAccepted]: [No]
II.2.11)

[OptionsInfo]

[Options]: [No]
II.2.13)

[EuProgrInfo]

[EuProgrRelated]: [No]
II.2.14)

[InfoAdditional]

Additional information can be found in the Request for Tenders document.
II.2)

[Description]

II.2.1)

[TitleContract]

Cyber Security Services
[LotNumber]:  4
II.2.2)

[CpvAdditional]

71356000  - 
71356300  - 
71600000  - 
72220000  - 
72222300  - 
72226000  - 
72400000  - 
II.2.3)

[PlacePerformance]

[Nutscode]:  IE0 -  IRELAND
II.2.4)

[DescrProcurement]

The objective of this competition is to establish a framework of suitable qualified service providers who will be available, upon request, to tender for the provision of ICT resources in six (6) Lots for the Authority.
Following consideration of Tenders received, the Authority may, at its discretion, enter into Contracts (being the Framework Agreement) with a maximum of six tenderers for Lots 1 to 6 inclusive, subject to that number meeting the minimum criteria and submitting the most economically advantageous Tenders.
The roles required for Lot 4: Cyber Security Services include:
• Cyber Security Officer
• Information Security Manager
• Security Architect
• Security Analyst
• Cloud Security Architect
II.2.5)

[AwardCriteria]

[AwardCriteriaDescriptive]
II.2.7)

[DurationContractFrameworkDps]

[DurationMonths]: 48
[RenewalsSubject]: [No]
II.2.10)

[VariantsInfo]

[VariantsAccepted]: [No]
II.2.11)

[OptionsInfo]

[Options]: [No]
II.2.13)

[EuProgrInfo]

[EuProgrRelated]: [No]
II.2.14)

[InfoAdditional]

Additional information can be found in the Request for Tenders document.
II.2)

[Description]

II.2.1)

[TitleContract]

Enterprise Architecture & Cloud
[LotNumber]:  5
II.2.2)

[CpvAdditional]

71356000  - 
71356300  - 
71600000  - 
72220000  - 
72222300  - 
72226000  - 
72400000  - 
II.2.3)

[PlacePerformance]

[Nutscode]:  IE0 -  IRELAND
II.2.4)

[DescrProcurement]

The objective of this competition is to establish a framework of suitable qualified service providers who will be available, upon request, to tender for the provision of ICT resources in six (6) Lots for the Authority.
Following consideration of Tenders received, the Authority may, at its discretion, enter into Contracts (being the Framework Agreement) with a maximum of six tenderers for Lots 1 to 6 inclusive, subject to that number meeting the minimum criteria and submitting the most economically advantageous Tenders.
The roles required for Lot 5: Enterprise Architecture & Cloud include:
• Applications Developer Architect
• Cloud Architect
• Enterprise Architect
• Infrastructure Architect
• Mobile Architect
• Office 365 Engineer
• Solution Architect
• Technical Architect
• Cloud Engineer
• Cloud Services Administrator
• Cloud DevOps Engineer
II.2.5)

[AwardCriteria]

[AwardCriteriaDescriptive]
II.2.7)

[DurationContractFrameworkDps]

[DurationMonths]: 48
[RenewalsSubject]: [No]
II.2.10)

[VariantsInfo]

[VariantsAccepted]: [No]
II.2.11)

[OptionsInfo]

[Options]: [No]
II.2.13)

[EuProgrInfo]

[EuProgrRelated]: [No]
II.2.14)

[InfoAdditional]

Additional information can be found in the Request for Tenders document.
II.2)

[Description]

II.2.1)

[TitleContract]

Head of Architecture
[LotNumber]:  6
II.2.2)

[CpvAdditional]

71356000  - 
71356300  - 
71600000  - 
72220000  - 
72222300  - 
72226000  - 
72400000  - 
II.2.3)

[PlacePerformance]

[Nutscode]:  IE0 -  IRELAND
II.2.4)

[DescrProcurement]

The objective of this competition is to establish a framework of suitable qualified service providers who will be available, upon request, to tender for the provision of ICT resources in six (6) Lots for the Authority.
Following consideration of Tenders received, the Authority may, at its discretion, enter into Contracts (being the Framework Agreement) with a maximum of six tenderers for Lots 1 to 6 inclusive, subject to that number meeting the minimum criteria and submitting the most economically advantageous Tenders.
The role required for this Lot 6 is:
• Head of Architecture
II.2.5)

[AwardCriteria]

[AwardCriteriaDescriptive]
II.2.7)

[DurationContractFrameworkDps]

[DurationMonths]: 48
[RenewalsSubject]: [No]
II.2.10)

[VariantsInfo]

[VariantsAccepted]: [No]
II.2.11)

[OptionsInfo]

[Options]: [No]
II.2.13)

[EuProgrInfo]

[EuProgrRelated]: [No]
II.2.14)

[InfoAdditional]

Additional information can be found in the Request for Tenders document.

[Section3]: [InfoLegal]

III.1)

[ConditionsParticip]

III.1.1)

[SituationPersonalIncl]

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

[EconomicFinancialStanding]

[CriteriaSelectionDocs]
III.1.3)

[TechnicalCapacity]

[CriteriaSelectionDocs]
III.2)

[ConditionsContract]

III.2.2)

[OtherConditions]

As set out in procurement documents.
III.2.3)

[StaffResponsible]

[StaffResponsibleIndicate]

[Section4]: [Procedure]

IV.1)

[Description]

IV.1.1)

[TypeProcedure]

[ProctypeOpen]
IV.1.3)

[FrameworkContractDpsInfo]

[NoticeInvolvesFramework]
[FrameworkSeveral]
[FrameworkParticipEnvis]:  6
IV.1.8)

[GpaInfo]

[GpaCovered] : [Yes]
IV.2)

[InfoAdmin]

IV.2.2)

[LimitReceiptTendersReqPart]

[Date]:  16/09/2021
[Time]:  12:00
IV.2.4)

[LanguagesAllowed]

[Language_EN]
IV.2.6)

[MinTimeMaintain]

[DateTenderValid]:  15/03/2022
IV.2.7)

[OpeningConditions]

[Date]:  16/09/2021
[Time]:  12:00

[Section6]: [InfoComplement]

VI.1)

[RecurrenceInfo]

[RecurrentProcurement]:  [No]
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

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).