Contract notice

Information

Published

Date of dispatch of this notice: 23/07/2018

Expire date: 29/08/2018

External Reference: 2018-210975

TED Reference: 2018/S 142-324722

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

National Transport Authority
N/A
Dun Sceine, Iveagh Court, Harcourt Lane
Dublin 2
D02 WT20
IE
Contact person: Mark Bradwell
Telephone: +353 01-8798362
Fax: +353 01-8798333
NUTS code:  IE061 -  Dublin
Internet address(es):
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=132583&B=ETENDERS_SIMPLE
Additional information can be obtained from
the abovementioned address:  
Tenders or requests to participate must be submitted
Tenders or requests to participate must be submitted
to the abovementioned address
I.4)

Type of the contracting authority

National or federal agency/office
I.5)

Main activity

Other activity:  Transport

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Competition for the Provision of Tax Saver website and operations services
II.1.2)

Main CPV code

79000000  -  Business services: law, marketing, consulting, recruitment, printing and security
II.1.3)

Type of contract

Services
II.1.4)

Short description

The Authority aims to provide an accessible single point for employers to order Tax Saver tickets, offering a user-friendly system for employers and employees alike, with the aim of increasing the use of public transportation by making it easier for employers to participate in the Tax Saver scheme, thus increasing the number of Tax Saver tickets being purchased by commuters.
In this regard, the Authority is seeking to engage a suitable party to carry out the requirements as set out in Section II.2.4.
II.1.6)

Information about lots

This contract is divided into lots: no
II.2)

Description

II.2.2)

Additional CPV code(s)

30162000  -  Smart cards
60000000  -  Transport services (excl. Waste transport)
66172000  -  Financial transaction processing and clearing-house services
72000000  -  IT services: consulting, software development, Internet and support
72253000  -  Helpdesk and support services
72253100  -  Helpdesk services
72253200  -  Systems support services
72413000  -  World wide web (www) site design services
72510000  -  Computer-related management services
79200000  -  Accounting, auditing and fiscal services
79400000  -  Business and management consultancy and related services
79500000  -  Office-support services
79900000  -  Miscellaneous business and business-related services
II.2.3)

Place of performance

NUTS code:  IE0 -  IRELAND
Main site or place of performance:  
Ireland
II.2.4)

Description of the procurement

The Tax Saver Commuter Ticket Scheme was established in Ireland in 2000 as an incentive to encourage more people to avail of public transport and the Authority is seeking to engage a suitable party to, in summary:
• Manage the day-to-day running of the Tax Saver system resulting from this competition;
• Design, develop, test , commission and host an integrated Tax Saver system;
• Provide production ,test, staging, training, load and business continuity environments;
• Provide monitoring dashboard showing status of system components;
• Conduct regular vulnerability checks and penetration tests on the Tax Saver system;
• Manage Tax Saver information security and data protection;
• Manage Tax Saver scheme finances, including exception handling, reconciling transactions and payments, interfacing to banks and effecting settlement, processing commissions, debt collection and other claims;
• Manage orders and fulfilment to deliver personalised tickets via Leap Cards or mTicketing or other ticket channels (if so requested by NTA);
• Manage operational risks;
• Provide customer service via phone, email, web and social media;
• Prepare reports;
• Manage changes and enhancements to Tax Saver system for production, test and certification, business continuity environments;
• Carry out IT and project services;
• Facilitate and support external financial and IT security audits; and
• Carry out such other services as are required to promote the effective operation of the Tax Saver scheme.
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 60
This contract is subject to renewal: yes
Description of renewals:  
It is anticipated that the term of the Contract will be for five years from the date of entry, with options for the Authority to extend the term for any period or succession of periods up to a further five years. The option to extend rests solely with the Authority.
II.2.9)

Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 6
Objective criteria for choosing the limited number of candidates:
As set out in the procurement documents.
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: no
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no

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:  As set out in the procurement documents.
III.1.2)

Economic and financial standing

Selection criteria as stated in the procurement documents
III.1.3)

Technical and professional ability

Selection criteria as stated in the procurement documents
III.2)

Conditions related to the contract

III.2.2)

Contract performance conditions

As set out in the procurement documents.

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Restricted procedure
IV.1.8)

Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement : yes
IV.2)

Administrative information

IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  29/08/2018
Local time:  12:00
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.2)

Information about electronic workflows

Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3)

Additional information

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.
VI.4)

Procedures for review

VI.4.1)

Review body

High Court of Ireland
Four Courts, Ground Floor (East Wing), Inns Quay
Dublin 7
D7
IE
Telephone: +353 18886000
Fax: +353 18886125
Internet address: http://www.courts.ie

VI.4.3)

Review procedure

Precise information on deadline(s) for review procedures: 
As set out in S.I. No. 130/2010 European Communities (Public Authorities' Contracts) (Review Procedures) Regulations 2010 (in particular Regulation 7 thereof).