Contract notice

Information

Published

Date of dispatch of this notice: 02/09/2020

Expire date: 16/10/2020

External Reference: 2020-225384

TED Reference: 2020/S 173-418382

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Transport Infrastructure Ireland (TII)
9510201H
Parkgate Business Centre, Parkgate Street
Dublin, D08 DK10
Dublin
IE
Contact person: Rob Grumley
Telephone: +353 16463650
Internet address(es):
Main address: www.tii.ie

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=172086&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

Body governed by public law
I.5)

Main activity

Other activity:  Roads, Metro and Light Rail

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Interoperability Management Platform
Reference number:  TII243
II.1.2)

Main CPV code

72212217  -  Transaction-processing software development services
II.1.3)

Type of contract

Services
II.1.4)

Short description

The ‘Interoperability Management Platform’ (IMP) is the tolling interoperability system which enables the electronic toll collection (ETC) in Ireland, whereby a single electronic toll tag / on board unit (OBU) can be utilised to make toll payments at all toll plazas in Ireland. The use of ETC assists in increasing the vehicle throughput through toll plazas, provides a convenience to customers to make toll payment and simplifies revenue collection and consolidation among the various toll plaza and electronic toll tag providers.
The IMP is currently in its 2nd generation contract, with the current contract due to expire in June 2022.
II.1.5)

Estimated total value

Value excluding VAT: 20000000.00  EUR
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

72200000  -  Software programming and consultancy services
34000000  -  Transport equipment and auxiliary products to transportation
34900000  -  Miscellaneous transport equipment and spare parts
34927000  -  Toll equipment
34980000  -  Transport tickets
60100000  -  Road transport services
60112000  -  Public road transport services
72000000  -  IT services: consulting, software development, Internet and support
72212100  -  Industry specific software development services
72212211  -  Platform interconnectivity software development services
72212217  -  Transaction-processing software development services
72212517  -  IT software development services
72212900  -  Miscellaneous software development services and computer systems
72212960  -  Drivers and system software development services
72222300  -  Information technology services
72232000  -  Development of transaction processing and custom software
72262000  -  Software development services
72268000  -  Software supply services
79941000  -  Toll-collection services
II.2.3)

Place of performance

Main site or place of performance:  
Dublin 8
II.2.4)

Description of the procurement

TII requires certain interoperability management and information technology services for the purpose of providing national and European electronic tolling services for motorists within Ireland.
The Interoperability Management Platform was previously referred to as the Interoperability Management Service (IMS) as managed, operated and maintained by the Interoperability Management Service Provider (IMSP) on behalf of the Authority.
This IMP service enables ETC interoperability across all toll roads in Ireland by establishing the necessary infrastructure and processes (as supported by the commercial and contractual frameworks) between all the relevant parties. This means that the holder of an account from any Irish TSP can use any toll road in Ireland and be charged through that one account.
At present the IMP is facilitating an estimated 750,000 vehicles equipped with OBEs. In 2019 the financial value of the interoperable tolling transactions which were processed via the IMSP was in the region of €158 million with an average of 5 million transactions being processed per month and continuing to grow. At present the IMP facilitates this interoperability service for 11 toll roads (i.e. (TC’s) located in Ireland, and 2 independent (TSP’s).
TII’s contract with the current Provider will expire mid-2022. TII therefore requires a new IMP Provider to provide all interoperability management and information technology services in relation to providing interoperability services for motorists within Ireland. It should be noted that the new IMP will be requirement to comply with relevant European Electronic Toll Service (EETS) requirements and related Electronic Fee Collection standards. The IMP required will be open, flexible and extensible and capable of supporting a broader service/technical scope for a more converged and federated platform ecosystem for national mobility.
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: 20000000.00  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:  
It is anticipated that the term of the Contract for the new IMP Provider will be for five years (including a development and migration and transition period, anticipated to last between 6 to 12 months), with options for the Authority to extend the term twice, in the first case by up to 3 years, and the second case by up to 2 years.
II.2.9)

Information about the limits on the number of candidates to be invited

Envisaged minimum number: 3  /  Maximum number: 5
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.1.2)

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

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 : no
IV.2)

Administrative information

IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  16/10/2020
Local time:  12:00
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  yes
VI.3)

Additional information

Applicants should note that the total value of the Contract cannot be definitively estimated at this stage, and for this reason the value set out above is an estimated value only. The ultimate value of the Contract will depend on a variety of factors, including the tendered fees and rates, volume and type of transactions, what type of solution is ultimately procured and the extent to which planned options, extensions or enhancements are implemented under the Contract or included within the overall scope. The actual value of the Contract may be higher or lower. Applicants should note that the estimated total value provided does not represent guaranteed expenditure under the Contract. Applicants should also note that the Authority will not necessarily terminate the Contract purely because the spend exceeds the estimated value set out in this contract notice; the estimated total value provided with this notice shall not be a limit upon the total potential value of the Contract.
The projected value of the contract is €20,000,000 (10 years by 2 million per annum).
TII will not be liable for any participant’s costs arising in connection with participating in the competition, irrespective of the outcome of the competition, or if the competition is cancelled or postponed.
- TII have the right at any time and without notice to:
(i) terminate the competition (or part of it);
(ii) change the competition’s basis or procedures;
(iii) procure the contract by other means,
(iv) negotiate with one or more parties at any time;
(v) reject any, or all, of the applications/tenders;
(vi) not furnish a candidate or tenderer with additional information
or to do any combination of the foregoing or anything else deemed appropriate. In no instance will TII be required to give any reason for any alteration or termination of the process.
- If any past or future contracts or other documents are summarised or described in this document, or in other information given to Candidates, the summary or description must not be taken as comprehensive, or as a substitute for reading the contract or other document itself when it becomes available.
- Award of contract will be subject to the approval of TII.
- Award of contract may be subject to successful interview.
- Interested parties are advised that TII are subject to the Freedom of Information Act 2014 (together with other legislation governing access to information) .
If a candidate/tenderer considers that any information supplied as part of this procurement procedure should not be disclosed because of its commercial sensitivity, confidentiality or otherwise, they must, when providing this information, clearly identify the specific information they do not wish to be disclosed and clearly specify the reasons for its sensitivity. Please note, it is not sufficient to include a statement of confidentiality encompassing all the information provided in the response.
VI.4)

Procedures for review

VI.4.1)

Review body

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