Contract notice

Information

Published

Date of dispatch of this notice: 08/10/2021

Expire date: 11/11/2021

External Reference: 2021-298458

TED Reference: 2021/S 199-519592

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

National Transport Authority
Dun Sceine Harcourt Lane
Dublin
D02 WT20
IE
Contact person: Orlagh McGowan
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=198761&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

Request For Tenders for the Installation, Support and Maintenance of a Dedicated ServiceNow Instance
Reference number:  OCT199622-2021
II.1.2)

Main CPV code

72000000  -  IT services: consulting, software development, Internet and support
II.1.3)

Type of contract

Services
II.1.4)

Short description

The National Transport Authority (“NTA”) seeks an experienced ServiceNow partner who can provide technical support and expertise to maintain and develop a dedicated instance of ServiceNow for the NTA. The NTA is seeking a full cloud based SAAS standalone dedicated instance of ServiceNow (including all hosting and storage).
The following categories of services shall be provided:
• Service Category 1: ServiceNow Initial System Configuration;
• Service Category 2: ServiceNow Initial System Design, Development and Approach;
• Service Category 3: ServiceNow Maintenance and Support; and
• Service Category 4: ServiceNow Future Scope System Design, Development and Approach.
Further details are provided in the procurement documents attached to this contract notice.
II.1.5)

Estimated total value

Value excluding VAT: 915000.00  EUR
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

48000000  -  Software package and information systems
48780000  -  System, storage and content management software package
48781000  -  System management software package
48783000  -  Content management software package
48810000  -  Information systems
48900000  -  Miscellaneous software package and computer systems
48920000  -  Office automation software package
48921000  -  Automation system
72200000  -  Software programming and consultancy services
72210000  -  Programming services of packaged software products
72211000  -  Programming services of systems and user software
72212000  -  Programming services of application software
72212422  -  Software development services suites
72212920  -  Office automation software development services
72222000  -  Information systems or technology strategic review and planning services
72222100  -  Information systems or technology strategic review services
72222200  -  Information systems or technology planning services
72222300  -  Information technology services
72254000  -  Software testing
72260000  -  Software-related services
72261000  -  Software support services
72262000  -  Software development services
72263000  -  Software implementation services
72265000  -  Software configuration services
72266000  -  Software consultancy services
72267000  -  Software maintenance and repair services
72267100  -  Maintenance of information technology software
72268000  -  Software supply services
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
II.2.4)

Description of the procurement

The National Transport Authority (“NTA”) seeks an experienced ServiceNow partner who can provide technical support and expertise to maintain and develop a dedicated instance of ServiceNow for the NTA. The NTA is seeking a full cloud based SAAS standalone dedicated instance of ServiceNow (including all hosting and storage).
As the NTA’s system responsibilities grow, it is the NTA’s desire that the current ServiceNow instance be extended to the rest of the organisation, leveraging the current implementation and move to a standalone dedicated instance of ServiceNow. This will facilitate centralised management, escalation, and reporting across the organisation. It will also help standardise the process in the organisation with the only deviations being different resolver groups, approvers, suppliers or departments in the NTA.
The following categories of services shall be provided:
• Service Category 1: ServiceNow Initial System Configuration;
• Service Category 2: ServiceNow Initial System Design, Development and Approach;
• Service Category 3: ServiceNow Maintenance and Support; and
• Service Category 4: ServiceNow Future Scope System Design, Development and Approach.
Further details are provided in the procurement documents attached to this contract notice.
The contract value (II.2.6) is an estimate for the Initial Scope of the contract over the maximum contract term of five (5) years, is a notional value and is provided for indicative purposes only. To ensure full transparency to the market and having account of the possible Future Scope of the contract (as set out in Section 3 of the RFT contained within the procurement documents), the Authority acknowledges that it may transpire during the contract term that the value and spend regarding the services drawn down may be significantly higher than €915,000 and may reach over a €2.2 million amount.
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: 915000.00  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:  
The term of the contract will be for an initial period of two (2) years from the Operational Services Start Date. The contract may be extended at the option of the Authority, any period or succession of periods up to a further three (3) years. The full term of the contract shall not continue for more than five (5) years from the Operational Services Start Date.
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
II.2.14)

Additional information

Refer to II.2.4.

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 set out in the procurement documents.
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

The service provider must be a certified ServiceNow partner.

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:  11/11/2021
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:  10/05/2022
IV.2.7)

Conditions for opening of tenders

Date:  11/11/2021
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

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 procurements documents for further information.
VI.4)

Procedures for review

VI.4.1)

Review body

High Court of Ireland
Four Courts, Ground Floor (East Wing), Inns Quay
Dublin 7
IE
Telephone: +353 18886000
Internet address: http://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 (Public Authorities' Contracts) (Review Procedures) Regulations 2010 (in particular Regulation 7 thereof).