Contract notice

Information

Published

Date of dispatch of this notice: 10/08/2022

Expire date: 21/09/2022

External Reference: 2022-214881

TED Reference: 2022/S 155-443637

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=220863&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 Software Test Resources
II.1.2)

[CpvMain]

72254000  - 
II.1.3)

[TypeContract]

[Services]
II.1.4)

[DescrShort]

Experienced Software Test Resources are required to support the various test phases being carried out on the ITS, NGT and other systems within the Authority. The Authority intends to use the Test Resources extensively over a number of different projects within the Authority. It is possible that Test Resources will be working on several different business areas in parallel at the same time. The Test Resources shall be involved in various types of testing in the complete testing cycle. It varies from unit (component) testing to sub-system and system testing and includes User Acceptance Testing (“UAT”) and Pilots. It is a mix of automated (script-based) testing and manual, black-box testing. Testing is typically based on requirements specifications and use cases for the various systems, and will be executed in several phases and cycles. Some test execution cycles will be supported by and witnessed by the external participants. Further detail provided in the Tender Documentation.
II.1.5)

[ValueMagnitudeEstimatedTotal]

[ValueExclVat]: 5076000.00  EUR
II.1.6)

[LotsInfo]

[DivisionLots]: [No]
II.2)

[Description]

II.2.2)

[CpvAdditional]

72200000  - 
72212517  - 
72212610  - 
72250000  - 
72254000  - 
72254100  - 
72260000  - 
72262000  - 
72265000  - 
II.2.3)

[PlacePerformance]

[Nutscode]:  IE -  IRELAND
II.2.4)

[DescrProcurement]

Experienced Software Test Resources are required to support the various test phases being carried out on the ITS, NGT and other systems within the Authority. The Authority intends to use the Test Resources extensively over a number of different projects within the Authority. It is possible that Test Resources will be working on several different business areas in parallel at the same time. The Test Resources shall be involved in various types of testing in the complete testing cycle. It varies from unit (component) testing to sub-system and system testing and includes User Acceptance Testing (“UAT”) and Pilots. It is a mix of automated (script-based) testing and manual, black-box testing. Testing is typically based on requirements specifications and use cases for the various systems, and will be executed in several phases and cycles. Some test execution cycles will be supported by and witnessed by the external participants e.g. 3rd party organisations that operate our systems. The successful Tenderer shall provide Test Resources at various levels of seniority, such as:
- Test Lead;
- Senior Software Tester;
- Junior Software Tester; and
- Test Analyst.
II.2.5)

[AwardCriteria]

[AwardCriteriaDescriptive]
II.2.6)

[ValueMagnitudeEstimated]

[ValueExclVat]: 5076000.00  EUR
II.2.7)

[DurationContractFrameworkDps]

[DurationMonths]: 24
[RenewalsSubject]: [Yes]
[RenewalsDescr]:  
If the Services provided are deemed to be satisfactory the contract may be renewed annually 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 per the Request for Tender Documentation
III.1.2)

[EconomicFinancialStanding]

[CriteriaSelectionDocs]
III.1.3)

[TechnicalCapacity]

[CriteriaSelectionDocs]
III.2)

[ConditionsContract]

III.2.2)

[OtherConditions]

As per the Request for Tender Documentation
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]:  14/09/2022
[Time]:  12:00
IV.2.4)

[LanguagesAllowed]

[Language_EN]
IV.2.6)

[MinTimeMaintain]

[DateTenderValid]:  14/03/2023
IV.2.7)

[OpeningConditions]

[Date]:  14/09/2022
[Time]:  12:00

[Section6]: [InfoComplement]

VI.1)

[RecurrenceInfo]

[RecurrentProcurement]:  [No]
VI.2)

[InfoEworkflow]

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

[InfoAdditional]

he 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).