The Authority is seeking a range of support services to deliver the strategy and other NTA business requirements. The services will be drawn down by the Authority as required.
Geographic Information System (GIS) is a key requirement for the NTA in supporting its transport planning remit and informing investment and service priorities.
The Authority has identified six categories of Services required under this engagement:
โข Category 1: General GIS Services;
โข Category 2: Provide data management advice and support;
โข Category 3: Analysis of spatial data and tool development;
โข Category 4: Provide and/or provide advice on high quality visualisations;
โข Category 5: Data Acquisition; and
โข Category 6: Provide specialised advice.
Deadline
The time limit for receipt of tenders was 2021-07-09.
The procurement was published on 2021-05-31.
Object Scope of the procurement
Title: Provision of Geographic Information System Support Services
Products/services: Engineering-related scientific and technical services๐ฆ
Short description:
โThe Authority is seeking a range of support services to deliver the strategy and other NTA business requirements. The services will be drawn down by the...โ
Short description
The Authority is seeking a range of support services to deliver the strategy and other NTA business requirements. The services will be drawn down by the Authority as required.
Geographic Information System (GIS) is a key requirement for the NTA in supporting its transport planning remit and informing investment and service priorities.
The Authority has identified six categories of Services required under this engagement:
โข Category 1: General GIS Services;
โข Category 2: Provide data management advice and support;
โข Category 3: Analysis of spatial data and tool development;
โข Category 4: Provide and/or provide advice on high quality visualisations;
โข Category 5: Data Acquisition; and
โข Category 6: Provide specialised advice.
The Authority is seeking a range of support services to deliver the strategy and other NTA business requirements. The services will be drawn down by the Authority as required.
The Geographic Information System (GIS) is a key requirement for the NTA in supporting its transport planning remit and informing investment and service priorities.
The Authority proposes to engage a consultant to provide spatial data management and spatial data analyses services to assist with the work programmes of various departments in the Authority. The engagement may include working in the offices of the NTA or remotely depending on the particular work package. The Authority may also wish for a resource to be present in the office for some months to assist on a number of projects. Either way, it is the Authority that will decide the work location.
Depending on the project, the Authority would also like its personnel to have the ability to learn from the tasks being carried out. This may take a form similar to paired programming or NTA personnel being included on task orders. The exact workings will be agreed on a project by project basis.
The Authority has identified six categories of Services required under this engagement:
โข Category 1: General GIS Services;
โข Category 2: Provide data management advice and support;
โข Category 3: Analysis of spatial data and tool development;
โข Category 4: Provide and/or provide advice on high quality visualisations;
โข Category 5: Data Acquisition; and
โข Category 6: Provide specialised advice.
Show more Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
Duration of the contract, framework agreement or dynamic purchasing system
The time frame below is expressed in number of months.
Description
Duration: 24
Duration of the contract, framework agreement or dynamic purchasing system
This contract is subject to renewal โ Description
Description of renewals:
โAt the discretion of the Authority, the contract may be renewed annually up to a maximum of 2 years after the end of the second year up to a maximum...โ
Description of renewals
At the discretion of the Authority, the contract may be renewed annually up to a maximum of 2 years after the end of the second year up to a maximum contract length of 4 years. Factors to be taken into account in considering an extension of the contract will include (but may not be limited to) service requirements, performance and funding.
Legal, economic, financial and technical information Conditions for participation
List and brief description of conditions: As set out in the tender documents.
Economic and financial standing
Selection criteria as stated in the procurement documents
Technical and professional ability
Selection criteria as stated in the procurement documents
Conditions related to the contract
Contract performance conditions: As set out in the tender documents.
Procedure Type of procedure
Open procedure
Administrative information
Time limit for receipt of tenders or requests to participate: 2021-07-09
12:00 ๐
Languages in which tenders or requests to participate may be submitted: English ๐ฃ๏ธ
Tender must be valid until: 2022-01-05 ๐
Conditions for opening of tenders: 2021-07-09
12:00 ๐
Complementary information Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
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 2021/S 107-281127 (2021-05-31)