Contract notice - utilities

Information

Published

Date of dispatch of this notice: 30/06/2020

Expire date: 31/07/2020

External Reference: 2020-224965

TED Reference: 2020/S 127-311801

Contract notice - utilities

Contract notice – utilities

Services

Directive 2014/25/EU

Section I: Contracting entity

I.1)

Name and addresses

Iarnród Eireann-Irish Rail
IE 4812851 O
Connolly Station,
Dublin
Dublin
IE
Contact person: Richard Latimer
Telephone: +353 17031755
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=169469&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

Railway services

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Framework Agreement for the Supply of Fixed Penalty Notice Payment & Administration System
Reference number:  7524
II.1.2)

Main CPV code

72230000  -  Custom software development services
II.1.3)

Type of contract

Services
II.1.4)

Short description

IE is seeking to procure a Fixed Penalty Notice Payment & Administration system .
The Iarnród Éireann Irish Rail (IÉ), Revenue Protection Unit (RPU) is responsible for ensuring that no fare evasion occurs on any IÉ service and as such is required to create and maintain a database of information pertaining to persons issued with a Fixed Payment Notice (FPN) in course of duty by a Revenue Protection Officer (RPO). A requirement has arisen to provide a new FPN system that will have scope to extend to other operators and CIE group members.
II.1.5)

Estimated total value

Value excluding VAT: 680000.00  EUR
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

72300000  -  Data services
72318000  -  Data transmission services
72500000  -  Computer-related services
72800000  -  Computer audit and testing services
72222300  -  Information technology services
72000000  -  IT services: consulting, software development, Internet and support
72230000  -  Custom software development services
72232000  -  Development of transaction processing and custom software
II.2.4)

Description of the procurement

IE is seeking to procure a Fixed Penalty Notice Payment & Administration system .
The Iarnród Éireann Irish Rail (IÉ), Revenue Protection Unit (RPU) is responsible for ensuring that no fare evasion occurs on any IÉ service and as such is required to create and maintain a database of information pertaining to persons issued with a Fixed Payment Notice (FPN) in course of duty by a Revenue Protection Officer (RPO). A requirement has arisen to provide a new FPN system that will have scope to extend to other operators and CIE group members.
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: 680000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 60
This contract is subject to renewal: yes
Description of renewals:  
The Contract subject of this competition is a contract for Five Year or 60 months with option to extend by a maximum of 2 year or 24 months ( 1+1 years) at IE’s discretion, subject to the terms and conditions.
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: no
II.2.12)

Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
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:  For full details, please download a copy of the attached Pre-Qualification Questionnaire.
III.1.2)

Economic and financial standing

List and brief description of selection criteria:  
The economic and financial capacity of the entity must be established to the satisfaction of IE.
Applicants will be invited to complete a questionnaire (attached) which seeks company details; information on similar contracts undertaken with value, dates, locations and contact names for reference etc; applicants may be requested to provide supporting information such as balance sheets for the past three financial years.
For full details, please download a copy of the attached Pre-Qualification Questionnaire.
Minimum level(s) of standards possibly required:  
See Selection Criteria
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: Selection Criteria and Minimum Pass/ Fail requirements are listed within Pre Qualification Questionnaire (PQQ)
Award Criteria and Minimum Pass/ Fail requirements will be within the Conditions of Tender at ITT stage.
III.2)

Conditions related to the contract

III.2.2)

Contract performance conditions

For full details, please download a copy of the attached Pre-Qualification Questionnaire.

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Negotiated procedure with prior call for competition
IV.1.3)

Information about a framework agreement or a dynamic purchasing system

Framework agreement with a single operator
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:  31/07/2020
Local time:  12:00
IV.2.3)

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

Date: 01/09/2020
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:  
5 years
VI.4)

Procedures for review

VI.4.1)

Review body

Central Office of the High Court
Four Courts
Dublin 7
D07 N972
IE
Telephone: +353 18886511
Fax: +353 18886125
Internet address: http://www.courts.ie

VI.4.2)

Body responsible for mediation procedures

Central Office of the High Court
Four Courts
Dublin 7
IE
Telephone: +353 18886511
Internet address: http://www.courts.ie

VI.4.4)

Service from which information about the review procedure may be obtained

Central Office of the High Court
Four Courts
Dublin 7
D07 N972
IE
Telephone: +353 18886511
Fax: +353 18886125
Internet address: http://www.courts.ie