Contract notice

Information

Published

Date of dispatch of this notice: 03/06/2022

Expire date: 11/07/2022

External Reference: 2022-285188

TED Reference: 2022/S 109-308439

Contract notice

[NoticeContract]

[Directive201424]

[Section1]: [Ca]

I.1)

[NameAddressContact]

National Transport Authority
0000
Dun Sceine, Iveagh Court Harcourt Lane
Dublin 2
D02WT20
IE
[Contactpoint]: Carolyn Keegan
[AddressPhone]: +353 18798300
[AddressFax]: +353 18798333
[Nutscode]:  IE -  IRELAND
[Internets]:
I.3)

[InfoTendering]

[AddressObtainDocs]:  
http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=215700&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 Colocation Datacentre Hosting Services
II.1.2)

[CpvMain]

72315000  - 
II.1.3)

[TypeContract]

[Services]
II.1.4)

[DescrShort]

These services are indicative only, are not exhaustive, are subject to change and are as follows: Two (2) separate and divergent Tier 3 colocation datacentres operating at a minimum to ISO27001 standard; Datacentres must have existing network and fibre interconnects in place; Migration services, including project management and technical services, of systems from the existing datacentres to the providers Tier 3 datacentre locations; Capacity to securely host five (5) 42U cabinets or racks per datacentre site, which will require a minimum of 2 separate 32AMP plugs on separate Power Distribution Units; Flexibility for floor space and power provided to allow the Authority to scale down/up hosting requirements as per capacity demands; Datacentre configuration, operations and management system to monitor the environment which includes but is not limited to temperature, humidity and main power supply; See Tender Documents for further details
II.1.5)

[ValueMagnitudeEstimatedTotal]

[ValueExclVat]: 2500000.00  EUR
II.1.6)

[LotsInfo]

[DivisionLots]: [No]
II.2)

[Description]

II.2.2)

[CpvAdditional]

72300000  - 
72315100  - 
72315200  - 
72317000  - 
72320000  - 
72322000  - 
72590000  - 
72700000  - 
72910000  - 
II.2.3)

[PlacePerformance]

[Nutscode]:  IE -  IRELAND
II.2.4)

[DescrProcurement]

The Authority seeks an experienced colocation datacentre hosting partner to provide technical support and expertise to migrate, host and manage hosting services for the Authority’s production, non-production and Disaster Recovery servers, systems and applications.
II.2.5)

[AwardCriteria]

[AwardCriteriaDescriptive]
II.2.6)

[ValueMagnitudeEstimated]

[ValueExclVat]: 2500000.00  EUR
II.2.7)

[DurationContractFrameworkDps]

[DurationMonths]: 48
[RenewalsSubject]: [Yes]
[RenewalsDescr]:  
The period of the Contract will be for an initial period of four (4) years. If the services provided are deemed to be satisfactory the contract may be renewed annually by the Authority, at its sole discretion, with the renewal being for a period up to 12 months, till the conclusion of the LEAP card ITS system. It is expected that the system will remain in use for the next five to ten years
II.2.9)

[LimitOperators]

[MaxNumber]: 5
II.2.10)

[VariantsInfo]

[VariantsAccepted]: [No]
II.2.11)

[OptionsInfo]

[Options]: [No]
II.2.13)

[EuProgrInfo]

[EuProgrRelated]: [No]
II.2.14)

[InfoAdditional]

The estimated range of the contract value is €1,140,000 - €2,500,000. The Authority’s current planning which is subject to change depending on technology roadmaps, usage, consolidation and adoption of further cloud services, it is expected that over the next 2 to 4 years of the commencement of the contract, requirements may be reduced depending on an as yet to be agreed strategy for these services

[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]

[ProctypeRestricted]
IV.1.8)

[GpaInfo]

[GpaCovered] : [Yes]
IV.2)

[InfoAdmin]

IV.2.2)

[LimitReceiptTendersReqPart]

[Date]:  11/07/2022
[Time]:  12:00
IV.2.3)

[DateDispatchTenderParticipate]

[Date]: 30/09/2022
IV.2.4)

[LanguagesAllowed]

[Language_EN]

[Section6]: [InfoComplement]

VI.1)

[RecurrenceInfo]

[RecurrentProcurement]:  [No]
VI.2)

[InfoEworkflow]

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

[InfoAdditional]

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)

[AppealsProcedure]

VI.4.1)

[AppealsBody]

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

VI.4.3)

[AppealsLodging]

[AppealsDeadline]: 
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).