Contract notice - utilities

Information

Published

Date of dispatch of this notice: 24/08/2018

Expire date: 01/10/2018

External Reference: 2018-325003

TED Reference: 2018/S 164-375724

Contract notice - utilities

Contract notice – utilities

Services

Directive 2014/25/EU

Section I: Contracting entity

I.1)

Name and addresses

National Transport Authority
N/A
Dun Scéine, Iveagh Court, Harcourt Lane
Dublin 2
D02WT20
IE
Contact person: Ellen O'Connor
Telephone: +353 18798300
Fax: +353 18798333
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=134346&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.6)

Main activity

Urban railway, tramway, trolleybus or bus services

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Provision of Survey Services
II.1.2)

Main CPV code

79300000  -  Market and economic research; polling and statistics
II.1.3)

Type of contract

Services
II.1.4)

Short description

The National Transport Authority wishes to invite tenders for the provision of transport related survey services, including:
• Fare evasion surveys
• Mystery shopper surveys
Contracts will be awarded for an initial period of four years with an option to extend for a period of up to an additional two years. The Authority may award contracts for services pursuant to this tender on behalf of other public transport operators and Transport Infrastructure Ireland.
II.1.5)

Estimated total value

Value excluding VAT: 8000000.00  EUR
II.1.6)

Information about lots

This contract is divided into lots: yes
Tenders may be submitted for  all lots
Maximum number of lots that may be awarded to one tenderer:  2
II.2)

Description

II.2.1)

Title

Fare evasion survey services
Lot No:  1
II.2.2)

Additional CPV code(s)

79311000  -  Survey services
79311100  -  Survey design services
79311200  -  Survey conduction services
79311300  -  Survey analysis services
79313000  -  Performance review services
79330000  -  Statistical services
79342311  -  Customer satisfaction survey
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 services include the performance of fare evasion surveys on all contracted public transport services operating in Ireland, including PSO bus services in the Dublin area, PSO bus services outside Dublin, Iarnród Éireann passenger services, and Luas services. Surveys are to be conducted continuously and reported on a regular basis.
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)

Estimated value

Value excluding VAT: 4000000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48
This contract is subject to renewal: yes
Description of renewals:  
The contract will be renewed pursuant to a future contract notice following its expiry. The expected term of the contract will be four years with an option to extend for up to a further two years at the sole discretion of the Authority.
II.2.9)

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

Maximum number: 4
Objective criteria for choosing the limited number of candidates:
Candidates will be checked to ensure that none of the grounds for exclusion are applicable to the candidate and to ensure that the candidate meets all of the pass/fail criteria stated in the procurement documents. Each of the remaining candidates will be awarded marks for their responses to weighted objective criteria questions set out in the procurement documents. Provided that there are sufficient numbers of qualified candidates, the four candidates awarded the highest marks will be invited to submit tenders for the contract.
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: yes
Description of options:
The expected term of the contract will be four years with an option to extend for up to a further two years at the sole discretion of the Authority. Factors to be taken into account in considering an extension of the contract will include (but may not be limited to) service requirements, contractor performance and continued funding availability.
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

Mystery shopper survey services
Lot No:  2
II.2.2)

Additional CPV code(s)

79311000  -  Survey services
79311100  -  Survey design services
79311200  -  Survey conduction services
79311300  -  Survey analysis services
79313000  -  Performance review services
79330000  -  Statistical services
79342311  -  Customer satisfaction survey
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 services include the performance of mystery shopper surveys on all contracted public transport services operating in Ireland, including PSO bus services in the Dublin area, PSO bus services outside Dublin, Iarnród Éireann passenger services, and Luas services. Surveys are to be conducted continuously and reported on a regular basis.
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)

Estimated value

Value excluding VAT: 4000000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48
This contract is subject to renewal: yes
Description of renewals:  
The contract will be renewed pursuant to a future contract notice following its expiry. The expected term of the contract will be four years with an option to extend for up to a further two years at the sole discretion of the Authority.
II.2.9)

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

Maximum number: 4
Objective criteria for choosing the limited number of candidates:
Candidates will be checked to ensure that none of the grounds for exclusion are applicable to the candidate and to ensure that the candidate meets all of the pass/fail criteria stated in the procurement documents. Each of the remaining candidates will be awarded marks for their responses to weighted objective criteria questions set out in the procurement documents. Provided that there are sufficient numbers of qualified candidates, the four candidates awarded the highest marks will be invited to submit tenders for the contract.
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: yes
Description of options:
The expected term of the contract will be four years with an option to extend for up to a further two years at the sole discretion of the Authority. Factors to be taken into account in considering an extension of the contract will include (but may not be limited to) service requirements, contractor performance and continued funding availability.
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.1.4)

Objective rules and criteria for participation

List and brief description of rules and criteria: As set out in the procurement documents.
III.1.6)

Deposits and guarantees required

As set out in the procurement documents.
III.1.7)

Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them

As set out in the procurement documents.
III.1.8)

Legal form to be taken by the group of economic operators to whom the contract is to be awarded

As set out in the procurement documents.
III.2)

Conditions related to the contract

III.2.2)

Contract performance conditions

As set out in the procurement documents.
III.2.3)

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

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:  01/10/2018
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)

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  yes
Estimated timing for further notices to be published:  
72 months
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. 131/2010 European Communities (Award of Contracts by Utilities Undertakings) (Review Procedures) Regulations 2010 (in particular Regulation 7 thereof).