Contract notice

Information

Published

Date of dispatch of this notice: 18/10/2018

Expire date: 22/11/2018

External Reference: 2018-207650

TED Reference: 2018/S 204-465324

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
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=136907&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 sales and related services of Child 16-18 and Student Leap Cards
II.1.2)

Main CPV code

30162000  -  Smart cards
II.1.3)

Type of contract

Services
II.1.4)

Short description

The Authority intends to award a contract to a service provider to provide three different types of personalised Leap Cards for the purposes of offering discounted travel fares to verified eligible cardholders:
1) Child 16-18 Leap Card;
2) Student Leap Card; and
3) A third card type, Young Adult Leap Card that may be introduced during the lifetime of the contract.
The contract is for the establishment and operation of an online and national over the counter sales network for such cards. The Authority will supply the successful tenderer with branded, numbered pre-printed Leap Cards, for over-printing and further electronic configuration by the successful tenderer with personalisation details. The successful tenderer shall be responsible for all other activities associated with the sale and distribution of the Cards.
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

22459000  -  Tickets
30160000  -  Magnetic cards
34980000  -  Transport tickets
63512000  -  Sale of travel tickets and package tours services
72253000  -  Helpdesk and support services
79211120  -  Sales and purchases recording services
79342000  -  Marketing services
II.2.3)

Place of performance

Main site or place of performance:  
Ireland
II.2.4)

Description of the procurement

The Authority intends to award a contract to a service provider to provide three different types of personalised Leap Cards for the purposes of offering discounted travel fares to verified eligible cardholders:
1) Child 16-18 Leap Card;
2) Student Leap Card; and
3) A third card type, Young Adult Leap Card that may be introduced during the lifetime of the contract.
The contract is for the establishment and operation of an online and national over the counter sales network for such cards. The Authority will supply the successful tenderer with branded, numbered pre-printed Leap Cards, for over-printing and further electronic configuration by the successful tenderer with personalisation details. The successful tenderer shall be responsible for all other activities associated with the sale and distribution of the Cards.
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: 48
This contract is subject to renewal: yes
Description of renewals:  
The term of the Contract will be for four years from the operational Services Start Date (which will follow the acceptance of the system by the Authority, i.e. after the Initial Services phase), with options for the Authority to extend the term for any period or succession of periods up to a further four 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:  22/11/2018
Local time:  12:00
IV.2.3)

Estimated date of dispatch of invitations to tender or to participate to selected candidates

Date: 14/12/2018
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

Tender must be valid until:  21/05/2019

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).