Contract notice

Information

Published

Date of dispatch of this notice: 03/08/2018

Expire date: 24/09/2018

External Reference: 2018-264367

TED Reference: 2018/S 150-344725

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: Gerard Deenihan
Telephone: +353 18798300
Fax: +353 18798333
NUTS code:  IE0 -  IRELAND
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=133265&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

Invitation to Tender for a Multi-Supplier Framework Agreement for the Supply and Maintenance of Portable Devices and Software Services
II.1.2)

Main CPV code

30123100  -  Ticket-validation machines
II.1.3)

Type of contract

Services
II.1.4)

Short description

The Authority proposes to establish a multi-party framework agreement for the supply and maintenance of portable devices and associated software services. The Deliverables are divided into three lots:
Lot 1: Supply of portable devices, which includes a range of mobile terminals and printers, each with necessary accessories; Provision of an internet hosted Device Management Service (DMS) to manage and monitor the portable devices; and Maintenance and support of the hardware and software provided.
Lot 2: Supply of software development services for portable devices.
Lot 3: Bespoke equipment enclosure design and manufacture.
For more information please see the the Tender documentation.
II.1.5)

Estimated total value

Value excluding VAT: 300000.00  EUR
II.1.6)

Information about lots

This contract is divided into lots: yes
Tenders may be submitted for  all lots
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:  
Only Tenderers applying for Lot 1 may apply for Lot 2 and Lot 3. A Tenderer will not be appointed to the Framework Agreement for Lot 2 services or Lot 3 supplies/services if its Tender for Lot 1 is eliminated in accordance with the ITT (whether for non-compliance, failure to meet the selection criteria, failure to meet a minimum pass mark or otherwise).
II.2)

Description

II.2.1)

Title

Lot 1: Supply of portable devices
Lot No:  1
II.2.2)

Additional CPV code(s)

30144200  -  Ticket-issuing machines
30213100  -  Portable computers
42991230  -  Ticket printers
50316000  -  Maintenance and repair of ticket-issuing machinery
50317000  -  Maintenance and repair of ticket-validation machinery
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 Authority proposes to establish a multi-party framework agreement for the supply and maintenance of portable devices and associated software services. The Deliverables are divided into three lots. Lot 1 requires the supply of portable devices, which includes a range of mobile terminals and printers, each with necessary accessories.
For more information please see the the Tender Documents.
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: 24
This contract is subject to renewal: yes
Description of renewals:  
The framework agreement will be for an initial period of 2 years. If the services provided are deemed to be satisfactory the framework agreement may be renewed up to a maximum of additional 2 years after the end of the second year.
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
II.2)

Description

II.2.1)

Title

Lot 2: Supply of software development services
Lot No:  2
II.2.2)

Additional CPV code(s)

30144200  -  Ticket-issuing machines
30213100  -  Portable computers
42991230  -  Ticket printers
50316000  -  Maintenance and repair of ticket-issuing machinery
50317000  -  Maintenance and repair of ticket-validation machinery
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 Authority proposes to establish a multi-party framework agreement for the supply and maintenance of portable devices and associated software services. The Deliverables are divided into three lots. The Authority may have requirements from time to time for the development of bespoke software to be deployed on the mobile terminals listed in Lot 1.
For more information please see the the Tender documentation.
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: 24
This contract is subject to renewal: yes
Description of renewals:  
The framework agreement will be for an initial period of 2 years. If the services provided are deemed to be satisfactory the framework agreement may be renewed up to a maximum of additional 2 years after the end of the second year.
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
II.2)

Description

II.2.1)

Title

Lot 3: Bespoke equipment design and manufacture
Lot No:  3
II.2.2)

Additional CPV code(s)

30144200  -  Ticket-issuing machines
30213100  -  Portable computers
42991230  -  Ticket printers
50316000  -  Maintenance and repair of ticket-issuing machinery
50317000  -  Maintenance and repair of ticket-validation machinery
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 Authority proposes to establish a multi-party framework agreement for the supply and maintenance of portable devices and associated software services. The Deliverables are divided into three lots. The Authority may have requirements from time to time for bespoke enclosure manufacturing services related to the mobile terminals in Lot 1. For more information please see the the Invitation to Tender.
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: 24
This contract is subject to renewal: yes
Description of renewals:  
The framework agreement will be for an initial period of 2 years. If the services provided are deemed to be satisfactory the framework agreement may be renewed up to a maximum of additional 2 years after the end of the second year.
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

Open procedure
IV.1.3)

Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement:  5
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:  10/09/2018
Local time:  12:00
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English
IV.2.6)

Minimum time frame during which the tenderer must maintain the tender

Duration in months : 6  (from the date stated for receipt of tender)
IV.2.7)

Conditions for opening of tenders

Date:  10/09/2018
Local time:  12:00

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 18886125
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).