Supply of Operations and Managed Service for Application Programming Interface and Identity Management Solution

The National Transport Authority is seeking a suitably qualified and experienced partner to provide a fully managed service and associated resources to support the development, integration, and ongoing operation of the Authority’s Identity Management (“IDM”) and Application Programming Interface (“API”) Gateway solutions on the Azure platform. The successful Tenderer will …

CPV: 72000000 IT services: consulting, software development, Internet and support
spriocdháta:
DFómh. 6, 2025, nóin
cineál spriocdháta:
tairisceana
áit fhorghníomhaithe:
Supply of Operations and Managed Service for Application Programming Interface and Identity Management Solution
clárlann:
National Transport Authority_1149
uimhir dámhachtana:
0

1. Buyer

1.1 Buyer

Official name : National Transport Authority_1149
Legal type of the buyer : Body governed by public law, controlled by a central government authority
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Supply of Operations and Managed Service for Application Programming Interface and Identity Management Solution
Description : The National Transport Authority is seeking a suitably qualified and experienced partner to provide a fully managed service and associated resources to support the development, integration, and ongoing operation of the Authority’s Identity Management (“IDM”) and Application Programming Interface (“API”) Gateway solutions on the Azure platform. The successful Tenderer will be required to deliver the Services across the following service areas: Azure Services; Architectural Services; Application Development; Technical Support Services, Business Continuity and Disaster Recovery; Security Services; Demand and Capacity Management; Availability and Service Quality; Risk Management; Continuous Improvement; Professional Services; Service Transition; and Governance and Reporting. In addition, to support the managed service and to deliver on these service areas and related business projects, the Authority requires the successful Tenderer to provide suitably qualified personnel for the following key roles: API/IDM Developer for Managed Azure Services; Technical Business Analyst for Azure API/IDM Services; Tester for Azure API/IDM Environment; Azure Architect for API/IDM Environment; and Information and Operations ICT Manager. The full scope of service requirements can be found in the CFT documentation. The expected term of the contract will be for an initial period of two years. If the Services are deemed to be satisfactory, the Contract may be renewed annually up to a maximum of two years after the end of the second year. Interested parties are invited to tender for this contract. While the Authority estimates that the value of this contract based on it’s maximum term is €2,811,658, it reserves the right to spend up to €3,233,406.
Procedure identifier : 0bb3a8e2-bf23-4a8a-94ca-0151331ae999
Type of procedure : Open
The procedure is accelerated : no

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 72000000 IT services: consulting, software development, Internet and support

2.1.2 Place of performance

Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland

2.1.3 Value

Estimated value excluding VAT : 2 811 658 Euro

2.1.4 General information

Legal basis :
Directive 2014/24/EU

5. Lot

5.1 Lot technical ID : LOT-0001

Title : Supply of Operations and Managed Service for Application Programming Interface and Identity Management Solution
Description : The National Transport Authority is seeking a suitably qualified and experienced partner to provide a fully managed service and associated resources to support the development, integration, and ongoing operation of the Authority’s Identity Management (“IDM”) and Application Programming Interface (“API”) Gateway solutions on the Azure platform. The successful Tenderer will be required to deliver the Services across the following service areas: Azure Services; Architectural Services; Application Development; Technical Support Services, Business Continuity and Disaster Recovery; Security Services; Demand and Capacity Management; Availability and Service Quality; Risk Management; Continuous Improvement; Professional Services; Service Transition; and Governance and Reporting. In addition, to support the managed service and to deliver on these service areas and related business projects, the Authority requires the successful Tenderer to provide suitably qualified personnel for the following key roles: API/IDM Developer for Managed Azure Services; Technical Business Analyst for Azure API/IDM Services; Tester for Azure API/IDM Environment; Azure Architect for API/IDM Environment; and Information and Operations ICT Manager. The full scope of service requirements can be found in the CFT documentation. The expected term of the contract will be for an initial period of two years. If the Services are deemed to be satisfactory, the Contract may be renewed annually up to a maximum of two years after the end of the second year. Interested parties are invited to tender for this contract. While the Authority estimates that the value of this contract based on it’s maximum term is €2,811,658, it reserves the right to spend up to €3,233,406.
Internal identifier : 0

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 72000000 IT services: consulting, software development, Internet and support

5.1.2 Place of performance

Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Additional information :

5.1.3 Estimated duration

Duration : 4 Year

5.1.5 Value

Estimated value excluding VAT : 2 811 658 Euro

5.1.6 General information

Reserved participation : Participation is not reserved.
Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : yes

5.1.7 Strategic procurement

Aim of strategic procurement : No strategic procurement

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : English
Languages in which the procurement documents (or their parts) are unofficially available : English
Deadline for requesting additional information : 26/09/2025 12:00 +00:00

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : English
Electronic catalogue : Not allowed
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of tenders : 06/10/2025 12:00 +00:00
Deadline until which the tender must remain valid : 6 Month
Information about public opening :
Opening date : 06/10/2025 12:00 +01:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Required
Electronic ordering will be used : no
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
No framework agreement
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : The High Court of Ireland
Organisation providing offline access to the procurement documents : National Transport Authority_1149
Organisation providing more information on the review procedures : The High Court of Ireland
Organisation receiving requests to participate : National Transport Authority_1149
Organisation processing tenders : National Transport Authority_1149

8. Organisations

8.1 ORG-0001

Official name : National Transport Authority_1149
Registration number : 119869
Postal address : Haymarket House Smithfield Dublin 7
Town : Dublin
Postcode : D07 CF98
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Telephone : 018798300
Roles of this organisation :
Buyer
Organisation providing offline access to the procurement documents
Organisation receiving requests to participate
Organisation processing tenders

8.1 ORG-0002

Official name : The High Court of Ireland
Registration number : The High Court of Ireland
Department : The High Court of Ireland
Postal address : Four Courts, Inns Quay, Dublin 7
Town : Dublin
Postcode : D07 WDX8
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Telephone : +353 1 8886000
Roles of this organisation :
Review organisation
Organisation providing more information on the review procedures

8.1 ORG-0003

Official name : European Dynamics S.A.
Registration number : 002024901000
Department : European Dynamics S.A.
Town : Athens
Postcode : 15125
Country subdivision (NUTS) : Βόρειος Τομέας Αθηνών ( EL301 )
Country : Greece
Telephone : +30 2108094500
Roles of this organisation :
TED eSender

Notice information

Notice identifier/version : cb03f546-378a-44a0-9134-5dd257e21288 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 02/09/2025 11:17 +01:00
Languages in which this notice is officially available : English
Notice publication number : 00575814-2025
OJ S issue number : 168/2025
Publication date : 03/09/2025