Contract notice

Information

Published

Date of dispatch of this notice: 11/04/2019

Expire date: 16/05/2019

External Reference: 2019-257924

TED Reference: 2019/S 074-175779

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

National Transport Authority
N/A
Dun Sceine
Harcourt Lane, Iveagh Court, Harcourt Lane
D02 WT20
IE
Contact person: Gerard Deenihan
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=145077&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 the Provision of EMV Specialist Services
II.1.2)

Main CPV code

66170000  -  Financial consultancy, financial transaction processing and clearing-house services
II.1.3)

Type of contract

Services
II.1.4)

Short description

The scope of services is for the provision of specialist advice in the field of contactless EMV payments in order to facilitate the development and implementation of NTA’s strategy for introducing EMV for paying for passenger transport services.
The Authority is not seeking to appoint a team of advisors and the services are for the provision of one individual EMV Specialist.
The contract has two stages and additional detail on these stages are contained within the tender documents.
II.1.5)

Estimated total value

Value excluding VAT: 200000.00  EUR
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

30161000  -  Credit cards
30162000  -  Smart cards
48812000  -  Financial information systems
66171000  -  Financial consultancy services
66172000  -  Financial transaction processing and clearing-house services
II.2.4)

Description of the procurement

The scope of services is for the provision of specialist advice in the field of contactless EMV payments in order to facilitate the development and implementation of NTA’s strategy for introducing EMV for paying for passenger transport services.
While any interested party may tender, the Authority is not seeking to appoint a team of advisors and the services are for the provision of one individual EMV Specialist.
(a) Stage 1 will include attendance at strategic planning workshops and providing input and advice on the implementation of the transit models of contactless EMV acceptance (which will specifically include aggregation under Model 2); financial modelling of the cost of contactless acceptance; assistance with the development of governance and risk management processes necessary for the acceptance of contactless EMV in a transit environment; advice on procurement strategy for acquirer and PSP services, consultation with local issuers and input into the implementation strategy, as well as the documentation of processes and guidelines and other documentation.
(b) Stage 2 will involve support on an ad-hoc basis as required by NTA with market consultation, meetings with various stakeholders including issuers, input into procurement and implementation advice.
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: 200000.00  EUR
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 option to extend will be on an annual basis after the initial two year, up to a maximum total four year contract. The option to extend rests solely with the Authority and will be based on service requirements, supplier performance and the availability of funding.
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 stated 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 stated 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

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:  16/05/2019
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

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

Conditions for opening of tenders

Date:  16/05/2019
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 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).