제목 | Ireland-Dublin: Information systems or technology strategic review and planning services |
---|---|
관련국가 | 아일랜드 |
출처 | Ted |
정보제공자 | EU |
공고일 | 2019.01.09 |
마감일 | 2024.02.26 |
첨부파일 |
|
Ireland-Dublin: Information systems or technology strategic review and planning services
2019/S 006-010453 Contract notice – utilities Services Legal Basis: Directive 2014/25/EU Section I: Contracting entity I.1) Name and addresses Iarnrod Eireann-Irish Rail N/A Procurement, CIE Works Dublin 8 Inchicore Ireland Contact person: Li Qian Telephone: +353 17033721 E-mail: li.qian@irishrail.ie Fax: +353 14537349 NUTS code: IE Internet address(es): Main address: www.irishrail.ie Address of the buyer profile: https://irl.eu-supply.com/ctm/Company/CompanyInformation/Index/433 I.2) Information about joint procurement 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=140209&B=ETENDERS_SIMPLE Additional information can be obtained from the abovementioned address Tenders or requests to participate must be submitted electronically via: http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=140209&B=ETENDERS_SIMPLE Tenders or requests to participate must be submitted to the abovementioned address I.6) Main activity Railway services Section II: Object II.1) Scope of the procurement II.1.1) Title: Qualification System for Provision of ICT Consultancy Services to CIE Group Reference number: CIE 7162 II.1.2) Main CPV code 72222000 II.1.3) Type of contract Services II.1.4) Short description: CIE Group IT&T has an ongoing requirement for ICT consultancy support to cover its existing and future technology platforms, service management, supply management, contract management, programme management, business case development, data, information management, cyber security, IoT, and cloud, as well as for high-level strategic technical advice. The CIE Operating Companies (Irish Rail, Bus Éireann and Bus Átha Cliath) may also have particular requirements for IT&T advisory and consultancy services from time to time. It is intended via this competition to establish a multi-supplier Qualification System (“QS”) for three Lots for the ongoing delivery of IT&T advisory and consultancy services to CIE Group IT&T and to all entities in the CIE Group. II.1.5) Estimated total value II.1.6) Information about lots This contract is divided into lots: yes Tenders may be submitted for all lots II.2) Description II.2.1) Title: Qualification System for Provision of ICT Consultancy Services to CIE Group Lot No: 1 II.2.2) Additional CPV code(s) 72000000 72222100 72222200 II.2.3) Place of performance NUTS code: IE II.2.4) Description of the procurement: Lot 1: High-Level Strategic Consultancy to support the development of CIE Group IT&T strategy. 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 II.2.7) Duration of the contract, framework agreement or dynamic purchasing system Duration in months: 60 This contract is subject to renewal: no II.2.9) Information about the limits on the number of candidates to be invited II.2.10) Information about variants Variants will be accepted: no II.2.11) Information about options Options: no II.2.12) Information about electronic catalogues 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 II.2) Description II.2.1) Title: Lot 2 Lot No: 2 II.2.2) Additional CPV code(s) 72000000 72222100 72222200 II.2.3) Place of performance NUTS code: IE II.2.4) Description of the procurement: ICT and Telecoms Security Consultancy to include risk analysis, cyber security, data security and protection, penetration-testing, technical auditing of systems and hosting environments/cloud (including any audit follow-up), as well as provision of expert technical IT&T security resources. 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 II.2.7) Duration of the contract, framework agreement or dynamic purchasing system Duration in months: 60 This contract is subject to renewal: no II.2.9) Information about the limits on the number of candidates to be invited II.2.10) Information about variants Variants will be accepted: no II.2.11) Information about options Options: no II.2.12) Information about electronic catalogues 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 II.2) Description II.2.1) Title: Lot 3 Lot No: 3 II.2.2) Additional CPV code(s) 45234115 48140000 72000000 72212140 72222100 72222200 II.2.3) Place of performance NUTS code: IE II.2.4) Description of the procurement: Lot 3: ICT advisory and security consultancy services for rail-specific IT projects including rail signalling, and rail applications. 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 II.2.7) Duration of the contract, framework agreement or dynamic purchasing system Duration in months: 60 This contract is subject to renewal: no II.2.9) Information about the limits on the number of candidates to be invited II.2.10) Information about variants Variants will be accepted: no II.2.11) Information about options Options: no II.2.12) Information about electronic catalogues 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 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: All details are included in the attached PQQ document. III.1.2) Economic and financial standing III.1.3) Technical and professional ability III.1.4) Objective rules and criteria for participation III.1.5) Information about reserved contracts III.1.6) Deposits and guarantees required: III.1.7) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them: III.1.8) Legal form to be taken by the group of economic operators to whom the contract is to be awarded: III.2) Conditions related to the contract III.2.1) Information about a particular profession III.2.2) Contract performance conditions: III.2.3) Information about staff responsible for the performance of the contract Section IV: Procedure IV.1) Description IV.1.1) Type of procedure Restricted procedure IV.1.3) Information about a framework agreement or a dynamic purchasing system The procurement involves the setting up of a dynamic purchasing system IV.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue IV.1.6) Information about electronic auction IV.1.8) Information about the Government Procurement Agreement (GPA) The procurement is covered by the Government Procurement Agreement: no IV.2) Administrative information IV.2.1) Previous publication concerning this procedure IV.2.2) Time limit for receipt of tenders or requests to participate Date: 26/02/2024 Local time: 13:00 IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates 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 IV.2.7) Conditions for opening of tenders Section VI: Complementary information VI.1) Information about recurrence This is a recurrent procurement: yes Estimated timing for further notices to be published: 2024 VI.2) Information about electronic workflows VI.3) Additional information: VI.4) Procedures for review VI.4.1) Review body The high court Inns Quay Dublin 8 Ireland VI.4.2) Body responsible for mediation procedures VI.4.3) Review procedure VI.4.4) Service from which information about the review procedure may be obtained VI.5) Date of dispatch of this notice: 07/01/2019 ⓒ European Union, http://ted.europa.eu, 1998-2019 |