Contract notice - utilities

Information

Published

Date of dispatch of this notice: 04/09/2020

Expire date: 27/11/2020

External Reference: 2020-272369

TED Reference: 2020/S 175-423717

Contract notice - utilities

Contract notice – utilities

Services

Directive 2014/25/EU

Section I: Contracting entity

I.1)

Name and addresses

National Transport Authority
N/A
Dun Sceine, Iveagh Court, Harcourt Lane
Dublin 2
D02 WT20
IE
Contact person: Francis Kehoe
Telephone: +353 01-8798300
Fax: +353 01-8798362
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=172673&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

Urban railway, tramway, trolleybus or bus services

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Next Generation Ticketing
II.1.2)

Main CPV code

72000000  -  IT services: consulting, software development, Internet and support
II.1.3)

Type of contract

Services
II.1.4)

Short description

The Authority intends to procure a nationwide multi-modal Account Based Ticketing (ABT) system supporting both public and private operated transport services, with the eventual aim of enabling the provision of Mobility as a Service 'MaaS' type offerings. The solution is expected to include the delivery of a fully functioning and fit for purpose ABT back office system including all necessary equipment, hosting, software, services and supporting systems. The solution is also expected to include the supply, configuration, installation and maintenance of all fare collection equipment for all Public Transport Operators, capable of accepting and validating contactless back cards (as well as mobile phone based), QR Codes, Transport for Ireland (TFI) Leap Cards, Free Travel Cards, secure tokens and other forms of payment.
II.1.5)

Estimated total value

Value excluding VAT: 2762000000.00  EUR
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

50312600  -  Maintenance and repair of information technology equipment
50312610  -  Maintenance of information technology equipment
50312620  -  Repair of information technology equipment
72222000  -  Information systems or technology strategic review and planning services
72222300  -  Information technology services
72267200  -  Repair of information technology software
60112000  -  Public road transport services
32510000  -  Wireless telecommunications system
33952000  -  Transport equipment and auxiliary products to transportation
34000000  -  Transport equipment and auxiliary products to transportation
60200000  -  Railway transport services
60210000  -  Public transport services by railways
63520000  -  Transport agency services
63710000  -  Support services for land transport
63711000  -  Support services for railway transport
63712000  -  Support services for road transport
71311200  -  Transport systems consultancy services
30144400  -  Automatic fare collection
30162000  -  Smart cards
63512000  -  Sale of travel tickets and package tours services
66172000  -  Financial transaction processing and clearing-house services
72253000  -  Helpdesk and support services
72253100  -  Helpdesk services
72253200  -  Systems support services
72510000  -  Computer-related management services
79000000  -  Business services: law, marketing, consulting, recruitment, printing and security
79200000  -  Accounting, auditing and fiscal services
79211120  -  Sales and purchases recording services
79400000  -  Business and management consultancy and related services
79500000  -  Office-support services
79900000  -  Miscellaneous business and business-related services
66170000  -  Financial consultancy, financial transaction processing and clearing-house services
72200000  -  Software programming and consultancy services
II.2.3)

Place of performance

Main site or place of performance:  
Ireland
II.2.4)

Description of the procurement

Nationwide multi-modal Account Based Ticketing (ABT) system supporting public and private transport services, with the aim of enabling Mobility as a Service 'MaaS' offerings, including:
•Fully functioning and fit for purpose ABT back office system, all necessary equipment, hosting, software, services and supporting systems, for all modes of transit across Ireland including Regional/Commuter/Urban Bus, Heavy Rail, Light Rail, Rural Bus, Commercial Bus Operators and MetroLink;
•Supply, configuration, installation, maintenance of fare collection equipment (including ticket vending machines, gates, validators, on-board and mobile ticket machines, and supporting equipment and services), capable of accepting and validating (at a minimum) cEMV contactless bank cards (as well as mobile phone based), QR Codes, TFI Leap Cards, PSC Free Travel Cards and secure tokens in order to verify entitlement to travel, and enable all necessary supporting elements (e.g. field devices and software, back-office integration and associated services);
•Provision of Payment Gateway and potentially, Acquirer Services, for solution payments and tokens including e.g. cEMV contactless bank cards, mobile, web & retail;
•Integration of solution with legacy systems including;
o TFI Leap Card back office;
o NTA’s financial management system and any future replacement system;
o NTA’s contact centre service provision solution and associated CRM for customer facing services;
o existing and future Automatic Vehicle Location systems and on-bus ticketing machines
•Provision of Test Life Cycle Management including fully functioning test centre in Dublin, test automation tools to enable full end to end test and verification of the solution by both NTA and the supplier;
•Provision of wired and wireless secure communications links;
•Compliance with the NTA’s IT Security and Privacy and Data Protection policies and with security and privacy good practice standards.
•Provision, support and maintenance of web and mobile applications and a full suite of relevant API’s for customer self-service functions integrated into NGT Solution.
•Provision, support and maintenance of integration of customer facing applications and/or the NGT Solution with NTA’s single sign-on platform, journey planner and/or real-time applications.
•Management of the NGT solution under a Service Level Agreement, service delivery, system integration, asset lifecycle management; compliance with security and privacy regulations, configuration management, certifications and standards; end-to-end solution and integration maintenance and back office support services.
•Migration of the TFI Leap Card system into the NGT Solution (e.g. converting TFI Leap Cards into secure tokens which may include providing a virtualised TFI Leap Card smart card or replacement thereof).
•Integration with third party MaaS mobility providers/schemes.
•Provide Point-of-Sale services for handling loading of value or tickets into customers’ accounts in the NGT Solution as well as to sell paper based QR Codes for travel and to sell secure tokens (such as white-label cEMV contactless ABT cards).
•Integration with any new systems acquired e.g. future RTPI/AVL solutions that could potentially be procured separately by the NTA outside of the scope of this PQQ.
•Integration/migration of other NTA ticket schemes such as TaxSaver, YASC, etc. into the overall NGT Solution.
•Provision of white-label cEMV contactless ABT cards both physical and virtual.
•Incorporation/migration of an existing mobile ticketing solution (currently under a separate contract with the NTA) into the overall NGT Solution.
•Implementation of emerging technologies, such as, UK Finance (formally the UK Card Association) “cEMV Model 3” type functionality, Check in/Check out, Be In/Be Out, etc.
•Any necessary refresh of ticketing equipment required during the Framework Agreement duration to ensure all components are on supported versions of software.
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: 2762000000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 120
This contract is subject to renewal: yes
Description of renewals:  
The expected term of the Framework Agreement is for 10 years of operations services (excluding initial set up) with an option to extend for up to a further 10 years at the sole discretion of the NTA, in one or more extensions. The option to extend rests solely with the
NTA.
II.2.9)

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

Envisaged number of candidates: 5
Objective criteria for choosing the limited number of candidates:
See procurement documents.
II.2.10)

Information about variants

Variants will be accepted: yes
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: yes
Identification of the project: The project may be part funded through EIB.
II.2.14)

Additional information

The contract value (2.6) is an estimate over a 20 year horizon, is provided for indicative purposes only.There is no guaranteed expenditure under the Framework Agreement. Actual expenditure depends on the pricing submitted by the successful tenderer and the quantum and frequency of call off contracts.No commitments can be entered into without approvals under the Public Spending Code.

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:  See 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.1.4)

Objective rules and criteria for participation

List and brief description of rules and criteria: See procurement documents.
III.1.6)

Deposits and guarantees required

See procurement documents.
III.1.7)

Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them

See procurement documents.
III.1.8)

Legal form to be taken by the group of economic operators to whom the contract is to be awarded

See procurement documents.
III.2)

Conditions related to the contract

III.2.2)

Contract performance conditions

See 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

Competitive dialogue
IV.1.3)

Information about a framework agreement or a dynamic purchasing system

Framework agreement with a single operator
In the case of framework agreements, provide justification for any duration exceeding 8 years:  The duration is based on need for availability of NGT for at least 20 years, failing which NTA’s business would be negatively impacted by longer journeys, limited fare options, no fares integration and fare evasion; need for phased roll-out on long term projects; need to take advantage of new technologies and meet demands of changing consumer market, avoiding disruption to major projects.
IV.1.4)

Information about reduction of the number of solutions or tenders during negotiation or dialogue

Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated
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.2.1)

Previous publication concerning this procedure

Notice number in the OJ S: 2019/S 224-550582
IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  30/10/2020
Local time:  17:30
IV.2.3)

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

Date: 01/12/2020
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 : 12  (from the date stated for receipt of tender)

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

NTA reserve the right to omit the Acquirer Services from the scope of this framework agreement and procure them under a separate contract. Candidates are thus not required to include an Acquirer in their PQQ submission at this stage. Where the Acquirer Services are procured under this framework agreement, NTA reserve the right to approve the provider of the Acquirer Services proposed by the successful Candidate.
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
Dublin
D7
IE
Telephone: +353 18886000
Fax: +353 18886125
Internet address: www.courts.ie

VI.4.3)

Review procedure

Precise information on deadline(s) for review procedures: 
As set out in S.I. No. 131/2010 - European Communities (Award of Contracts by Utility Undertakings) (Review Procedures) Regulations 2010.