The National Transport Authority requires supply, installation, commissioning and maintenance of secure WAN connectivity for communication networks for the Leap Card integrated ticketing system and the Bus Market Opening system โBMOโ. As part of this the successful Tenderer will be expected to manage the migration of Services from the current supplier without any down time or disruption to either Leap Card services or BMO services.
The successful Tenderer should take adequate care to avoid quoting network and security equipment that will become end of life within 12 months of supply to the Authority and end of support during the term of the Contract. In any case, if any equipment reaches end of support during the period of Contract; the successful Tenderer is required to replace the end of support component with no additional cost to the Authority.
Deadline
The time limit for receipt of tenders was 2018-05-31.
The procurement was published on 2018-04-23.
Suppliers
The following suppliers are mentioned in award decisions or other procurement documents:
Object Scope of the procurement
Title:
โProvision of WAN Connectivity and Associated Services for the ITS and BMO Communication Networksโ
Products/services: Networks๐ฆ
Short description:
โThe National Transport Authority requires supply, installation, commissioning and maintenance of secure WAN connectivity for communication networks for the...โ
Short description
The National Transport Authority requires supply, installation, commissioning and maintenance of secure WAN connectivity for communication networks for the leap card integrated ticketing system and the Bus Market Opening system โBMOโ.
As part of this the successful tenderer will be expected to manage the migration of services from the current supplier without any down time or disruption to either leap card services or BMO services.
The successful tenderer should take adequate care to avoid quoting network and security equipment that will become end of life within 12 months of supply to the authority and end of support during the term of the contract.
In any case, if any equipment reaches end of support during the period of contract; the successful tenderer is required to replace the end of support component with no additional cost to the authority.
Show more
Total value of the procurement (excluding VAT): EUR 1 101 235 ๐ฐ
1๏ธโฃ
Additional products/services: Communications network๐ฆ
Additional products/services: Telecommunications network๐ฆ
Additional products/services: Network infrastructure๐ฆ
Additional products/services: Network system๐ฆ
Additional products/services: Wide area network๐ฆ
Additional products/services: Wide area network services๐ฆ
Place of performance: Ireland๐๏ธ
Main site or place of performance: Ireland
Description of the procurement:
โThe National Transport Authority requires supply, installation, commissioning and maintenance of secure WAN connectivity for communication networks for the...โ
Description of the procurement
The National Transport Authority requires supply, installation, commissioning and maintenance of secure WAN connectivity for communication networks for the Leap Card integrated ticketing system and the Bus Market Opening system โBMOโ.
As part of this the successful Tenderer will be expected to manage the migration of services from the current supplier without any down time or disruption to either leap card services or BMO services.
The successful Tenderer should take adequate care to avoid quoting network and security equipment that will become end of life within 12 months of supply to the Authority and end of support during the term of the contract.
In any case, if any equipment reaches end of support during the period of contract; the successful tenderer is required to replace the end of support component with no additional cost to the Authority.
The successful tenderer should propose new processes to address the current infrastructure to future proof the system going forward and suggest new next generation technology to improve the ITS communications network.
Show more Award criteria
Quality criterion (name): Approach
Quality criterion (weighting): 40
Quality criterion (name): Transition
Quality criterion (weighting): 20
Price (weighting): 40
Procedure Type of procedure
Open procedure
Administrative information
Previous publication concerning this procedure: 2018/S 079-176903
Award of contract
1๏ธโฃ
Contract Number: 1
Title:
โProvision of WAN Connectivity and Associated Services for the ITS and BMO Communication Networksโ
Date of conclusion of the contract: 2018-10-17 ๐
Information about tenders
Number of tenders received: 1
Number of tenders received from SMEs: 0
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 1
Name and address of the contractor
Name: eir Business
National registration number: 554337
Postal address: 1 Heuston South Quarter
Postal town: Dublin
Postal code: St. Johns Road
Country: Ireland ๐ฎ๐ช
Phone: +353 851744917๐
Fax: +353 14600282 ๐
Region: Dublin๐๏ธ
URL: http://www.eir.ie๐
The contractor is an SME
Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 1 101 235 ๐ฐ
Complementary information Additional information
โThe Contracting Authority will not be responsible for any costs, charges or expenses incurred by candidates or tenderers relating to this contract award...โ
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.
Show more Review body
Name: High Court of Ireland
Postal address: Four Courts, Ground Floor (East Wing), Inns Quay
Postal town: Dublin
Postal code: D7
Country: Ireland ๐ฎ๐ช
Phone: +353 18886000๐
E-mail: highcourtcentraloffice@courts.ie๐ง
Fax: +353 18886125 ๐
URL: http://www.courts.ie๐ Review procedure
Precise information on deadline(s) for review procedures:
โAs set out in S.I. No. 130/2010 European Communities (Public Authorities' Contracts) (Review Procedures) Regulations 2010 (in particular Regulation 7 thereof).โ
Source: OJS 2018/S 213-488740 (2018-11-02)