Contract notice

Information

Published

Date of dispatch of this notice: 28/01/2019

Expire date: 03/04/2019

External Reference: 2019-290187

TED Reference: 2019/S 022-048061

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: Igor Popenko
Telephone: +353 18798300
Fax: +353 18798333
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=141373&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

Provision of Manufacture, Supply and Modification of SCIM Hardware
II.1.2)

Main CPV code

30233300  -  Smart card readers
II.1.3)

Type of contract

Services
II.1.4)

Short description

The Authority has developed bespoke Smart Card Interface Module, which is the subject of this Contract. This bespoke module is an electronic integrated circuit board, of which there are two variants.
The SCIM device will be manufactured under a sub-license from the Authority. The Authority has a full and free license granted by Sequoia AFC Consultants Limited (“Sequoia Ireland”) to use the intellectual property which resides in the SCIM hardware and software (i.e. firmware).
The Supplier shall perform the following services:
•Manufacture and supply two variants of the SCIM hardware
•Modify (if required) the SCIM hardware design
•Replace (if required) obsolete components of the SCIM hardware
•Supply SAMs (Secure Access Modules) for use in SCIM hardware
•Design, manufacture and assemble a POS (Point of Sale) reader solution to hold one variant of the SCIM hardware
•Upon request, provide design, manufacture and assembly services for reader solutions as might be required by NTA
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

30233320  -  Combined smart card and fingerprint readers
31710000  -  Electronic equipment
31712110  -  Electronic integrated circuits and microassemblies
31712114  -  Integrated electronic circuits
31712117  -  Integrated circuit packages
31712300  -  Printed circuits
31712310  -  Populated printed circuit boards
31712320  -  Unpopulated printed circuit boards
72140000  -  Computer hardware acceptance testing consultancy services
72228000  -  Hardware integration consultancy services
II.2.4)

Description of the procurement

The Authority has developed bespoke Smart Card Interface Module (“SCIM”), which is the subject of this Contract. This bespoke module is an electronic integrated circuit board, of which there are two variants.
The SCIM device will be manufactured under a sub-license from the Authority. The Authority has a full and free license granted by Sequoia AFC Consultants Limited (“Sequoia Ireland”) to use the intellectual property which resides in the SCIM hardware and software (i.e. firmware).
In summary, the Supplier shall perform the following services:
• Manufacture and supply two variants of the SCIM hardware;
• Modify (if required) the SCIM hardware design;
• Replace (if required) obsolete components of the SCIM hardware;
• Supply SAMs (Secure Access Modules) for use in SCIM hardware;
• Design, manufacture and assemble a POS (Point of Sale) reader solution to hold one variant of the SCIM hardware;
• Upon request, provide design, manufacture and assembly services for reader solutions as might be required by the Authority.
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 contract will be for an initial period of 2 years. If the services provided are deemed to be satisfactory the contract may be renewed annually up to a maximum of 2 years after the end of the initial 2 year period.
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 tender 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 tender documents.

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Open 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:  06/03/2019
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

Tender must be valid until:  02/09/2019
IV.2.7)

Conditions for opening of tenders

Date:  06/03/2019
Local time:  14:00

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
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).