Contract notice

Information

Published

Date of dispatch of this notice: 30/11/2020

Expire date: 18/01/2021

External Reference: 2020-260545

TED Reference: 2020/S 237-584479

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=177987&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

Enforcement Service Provider
Reference number:  TII247
II.1.2)

Main CPV code

79941000  -  Toll-collection services
II.1.3)

Type of contract

Services
II.1.4)

Short description

The Authority is seeking to procure an Enforcement Service Provider (the “ESP”) to provide a range of services relating to the recovery of unpaid tolls and fines charged for the use of tolled facilities within Ireland.
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)

60112000  -  Public road transport services
63712210  -  Highway toll services
79100000  -  Legal services
79110000  -  Legal advisory and representation services
79111000  -  Legal advisory services
79112000  -  Legal representation services
79940000  -  Collection agency services
II.2.3)

Place of performance

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

Description of the procurement

The main service performance requirements are expected to be, but are not limited to, the following:
• Establishing and implementing accurate and reconcilable business processes to accredited quality management standards;
• Have available and reliable service provision delivered to specified performance levels;
• Have secure business processes including having all systems and communications protected against internal and external security threats, fraud and cybercrime;
• Have integrated systems with eFlow Operator to enable 2-way interface on all customer transactions;
• Comprehensive and flexible reporting procedures; and
• Compliance with all relevant legislation (e.g. including Data Protection/GDPR) and relevant standards (e.g. PCI-DSS, relevant ISO Standards)
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: 72
This contract is subject to renewal: yes
Description of renewals:  
It is anticipated that the term of the Contract for the new ESP Provider will be for four years with options for the Authority to extend the term twice, in the first case by up to 1 year, and the second case by up to 1 year.
II.2.9)

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

Envisaged number of candidates: 4
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:  11/01/2021
Local time:  11:00
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:  25/11/2021

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, and the extent to which planned options or extensions 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.
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).
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