Contract notice

Information

Published

Date of dispatch of this notice: 15/06/2020

Expire date: 21/08/2020

External Reference: 2020-243280

TED Reference: 2020/S 117-284089

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
D02 WT20
IE
Contact person: Igor Popenko
Telephone: +353 18798300
Fax: +353 18798333
Internet address(es):
I.2)

Joint procurement

The contract is awarded by a central purchasing body
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=168589&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

Small Business Innovation Research (SBIR) - Vehicle Capacity Information for Public Transport Passengers
II.1.2)

Main CPV code

72222300  -  Information technology services
II.1.3)

Type of contract

Services
II.1.4)

Short description

A Small Business Innovation Research (SBIR) challenge is being launched by the National Transport Authority in partnership with Enterprise Ireland to find innovative new products and services.
The successful solution to this challenge will allow all passengers to be informed in real time on the availability of passenger seating/space on bus and coach vehicles to meet the potential need for wheelchair accessible space and seating. It will enable data capture for analytics in relation to bus and network capacity utilisation for public transport network planning and any other relevant data to assist in improving the passenger experience.
The solution needs to be economically viable, allow two way communication between the passenger and the Authority, provide information in real time accessible formats, reliable & accurate, scalable, easily maintained, user friendly, and have the ability to interact with existing NTA back end systems and support them effectively.
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

30144300  -  Vehicle-counting machines
48000000  -  Software package and information systems
48810000  -  Information systems
48813000  -  Passenger information system
72222000  -  Information systems or technology strategic review and planning services
72222300  -  Information technology services
II.2.4)

Description of the procurement

A Small Business Innovation Research (SBIR) challenge is being launched by the National Transport Authority in partnership with Enterprise Ireland to find innovative new products and services. The projects will be selected primarily on their potential to impact Irish citizens and deliver a solution to identified unmet needs in the public services.
The competition is open to single companies or organisations from the private, public and third sectors, including charities.
The successful solution to this challenge will allow all passengers to be informed in real time on the availability of passenger seating/space on bus and coach vehicles to meet the potential need for wheelchair accessible space and seating.
The successful solution to this challenge will enable data capture for analytics in relation to bus and network capacity utilisation for public transport network planning and any other relevant data to assist in improving the passenger experience.
The innovative solution to address this challenge needs to be economically viable, allow two way communication between the passenger and the Authority, provide information in real time accessible formats, reliable & accurate, scalable, easily maintained, user friendly, and have the ability to interact with existing NTA back end systems and support them effectively.
Proposed solutions will need to consider and be compliant with relevant Data Protection Legislation and GDPR.
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: 4
This contract is subject to renewal: no
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 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 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

Innovation partnership
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:  14/08/2020
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:  10/02/2021

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: 
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).