As part of its customer contact strategy, the National Transport Authority (โNTAโ) plans to implement a Consolidated Contact Centre (โCCCโ) under the Transport For Ireland (โTFIโ) brand. The NTA requires the provision of Mobilisation and Transition Services to assist the NTA during the mobilisation and transition phase of the CCC Programme. The NTA considers that the following roles shall be required during the performance of these Services:
โข CCC programme manager;
โข change/transition manager (business);
โข contact centre subject matter expert;
โข people and process subject matter expert; and
โข solutions technical architect.
Further details are provided in the procurement documents attached to this contract notice.
Deadline
The time limit for receipt of tenders was 2021-06-16.
The procurement was published on 2021-05-12.
Suppliers
The following suppliers are mentioned in award decisions or other procurement documents:
Object Scope of the procurement
Title: Provision of Mobilisation and Transition Services
Products/services: Business and management consultancy services๐ฆ
Short description:
โAs part of its customer contact strategy, the National Transport Authority (โNTAโ) plans to implement a Consolidated Contact Centre (โCCCโ) under the...โ
Short description
As part of its customer contact strategy, the National Transport Authority (โNTAโ) plans to implement a Consolidated Contact Centre (โCCCโ) under the Transport For Ireland (โTFIโ) brand. The NTA requires the provision of Mobilisation and Transition Services to assist the NTA during the mobilisation and transition phase of the CCC Programme. The NTA considers that the following roles shall be required during the performance of these Services:
โข CCC programme manager;
โข change/transition manager (business);
โข contact centre subject matter expert;
โข people and process subject matter expert; and
โข solutions technical architect.
Further details are provided in the procurement documents attached to this contract notice.
As part of its customer contact strategy, the National Transport Authority (โNTAโ) plans to implement a Consolidated Contact Centre (โCCCโ) under the Transport For Ireland (โTFIโ) brand.
Under the CCC Programme, the CCC will be the primary customer service contact point for services provided by the transport operators, some ticketing service providers and some ticketing offerings controlled by the NTA such as mTicketing, Taxsaver and Next Generation Ticketing.
The NTA requires the provision of Mobilisation and Transition Services to assist the NTA during the mobilisation and transition phase of the CCC Programme. The NTA considers that the following roles shall be required during the performance of these Services:
โข CCC programme manager;
โข change/transition manager (business);
โข contact centre subject matter expert;
โข people and process subject matter expert; and
โข solutions technical architect.
Further details are provided in the procurement documents attached to this contract notice.
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:
โThe expected term of the contract will be for an initial period of two (2) years. The contract may be renewed twice by the authority, at its sole...โ
Description of renewals
The expected term of the contract will be for an initial period of two (2) years. The contract may be renewed twice by the authority, at its sole discretion, for a period or periods of up to
12 months.
Legal, economic, financial and technical information Conditions for participation
List and brief description of conditions: As stated in the procurement 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 stated in the procurement documents.
Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
Procedure Type of procedure
Open procedure
Administrative information
Time limit for receipt of tenders or requests to participate: 2021-06-16
12:00 ๐
Languages in which tenders or requests to participate may be submitted: English ๐ฃ๏ธ
Tender must be valid until: 2021-12-16 ๐
Conditions for opening of tenders: 2021-06-16
12:00 ๐
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 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: 7
Country: Ireland ๐ฎ๐ช
Phone: +353 18886125๐
E-mail: highcourtcentraloffice@courts.ie๐ง
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 094-247692 (2021-05-12)
Contract award notice (2021-08-23) Contracting authority Name and addresses
Postal address: Dun Sceine Harcourt Lane
Postal town: Dublin
Postal code: D02 WT20
Object Scope of the procurement
Short description:
โAs part of its customer contact strategy, the National Transport Authority (โNTAโ) plans to implement a Consolidated Contact Centre (โCCCโ) under the...โ
Short description
As part of its customer contact strategy, the National Transport Authority (โNTAโ) plans to implement a Consolidated Contact Centre (โCCCโ) under the Transport For Ireland (โTFIโ) brand. The NTA requires the provision of Mobilisation and Transition Services to assist the NTA during the mobilisation and transition phase of the CCC Programme. The NTA considers that the following roles shall be required during the performance of these Services:
โข CCC Programme Manager;
โข Change / Transition Manager (Business);
โข Contact Centre Subject Matter Expert;
โข People & Process Subject Matter Expert; and
โข Solutions Technical Architect.
Further details are provided in the procurement documents attached to the contract notice.
Show more
Total value of the procurement (excluding VAT): EUR 2 532 650 ๐ฐ
Description
Main site or place of performance: Dublin
Description of the procurement:
โAs part of its customer contact strategy, the National Transport Authority (โNTAโ) plans to implement a Consolidated Contact Centre (โCCCโ) under the...โ
Description of the procurement
As part of its customer contact strategy, the National Transport Authority (โNTAโ) plans to implement a Consolidated Contact Centre (โCCCโ) under the Transport For Ireland (โTFIโ) brand.
Under the CCC Programme, the CCC will be the primary customer service contact point for services provided by the transport operators, some ticketing service providers and some ticketing offerings controlled by the NTA such as mTicketing, Taxsaver and Next Generation Ticketing.
The NTA requires the provision of Mobilisation and Transition Services to assist the NTA during the mobilisation and transition phase of the CCC Programme. The NTA considers that the following roles shall be required during the performance of these Services:
โข CCC Programme Manager;
โข Change / Transition Manager (Business);
โข Contact Centre Subject Matter Expert;
โข People & Process Subject Matter Expert; and
โข Solutions Technical Architect.
Further details are provided in the procurement documents attached to the contract notice.
Show more Award criteria
Quality criterion (name):
โQuality of relevant experience, qualifications and professional expertise of the proposed team who shall be responsible for carrying out the servicesโ
Quality criterion (weighting): 65
Price (weighting): 35
Procedure Administrative information
Previous publication concerning this procedure: 2021/S 094-247692
Information about termination of call for competition in the form of a prior information notice
The contracting authority will not award any further contracts based on the above prior information notice
Award of contract
1๏ธโฃ
Contract Number: 1
Title: Provision of Mobilisation and Transition Services
Date of conclusion of the contract: 2021-08-09 ๐
Information about tenders
Number of tenders received: 7
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: 7
Name and address of the contractor
Name: Capgemini Ireland Limited T/A Sogeti
Postal address: Metropolitan Building, James Joyce Street
Postal town: Dublin
Postal code: D01 K0Y8
Country: Ireland ๐ฎ๐ช
Phone: +353 16390100๐
Region: รire/Ireland๐๏ธ
The contractor is an SME
Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 2 532 650 ๐ฐ
Complementary information 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 166-435188 (2021-08-23)