Contract notice

Information

Published

Date of dispatch of this notice: 12/05/2021

Expire date: 16/06/2021

External Reference: 2021-297049

TED Reference: 2021/S 094-247692

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

National Transport Authority
N/A
Dun Sceine
Harcourt Lane
Iveagh Court
IE
Contact person: Orlagh McGowan
Telephone: +353 18798300
Fax: +353 18798333
NUTS code:  IE -  IRELAND
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=188749&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

Provision of Mobilisation and Transition Services
II.1.2)

Main CPV code

79410000  -  Business and management consultancy services
II.1.3)

Type of contract

Services
II.1.4)

Short description

As part of its customer contact strategy, the National Transport Authority (“NTA”) plans to implement a Consolidated Contact Centre (“CCC”) under the Transport For Ireland (“TFI”) brand. The NTA requires the provision of Mobilisation and Transition Services to assist the NTA during the mobilisation and transition phase of the CCC Programme. The NTA considers that the following roles shall be required during the performance of these Services:
• CCC Programme Manager;
• Change / Transition Manager (Business);
• Contact Centre Subject Matter Expert;
• People & Process Subject Matter Expert; and
• Solutions Technical Architect.
Further details are provided in the procurement documents attached to this contract notice
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

63700000  -  Support services for land, water and air transport
64200000  -  Telecommunications services
72000000  -  IT services: consulting, software development, Internet and support
72224000  -  Project management consultancy services
72600000  -  Computer support and consultancy services
72700000  -  Computer network services
75100000  -  Administration services
75112000  -  Administrative services for business operations
75112100  -  Administrative development project services
75130000  -  Supporting services for the government
79421000  -  Project-management services other than for construction work
79421100  -  Project-supervision services other than for construction work
79500000  -  Office-support services
79512000  -  Call centre
79990000  -  Miscellaneous business-related services
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
Main site or place of performance:  
Dublin
II.2.4)

Description of the procurement

As part of its customer contact strategy, the National Transport Authority (“NTA”) plans to implement a Consolidated Contact Centre (“CCC”) under the Transport For Ireland (“TFI”) brand.
Under the CCC Programme, the CCC will be the primary customer service contact point for services provided by the transport operators, some ticketing service providers and some ticketing offerings controlled by the NTA such as mTicketing, Taxsaver and Next Generation Ticketing.
The NTA requires the provision of Mobilisation and Transition Services to assist the NTA during the mobilisation and transition phase of the CCC Programme. The NTA considers that the following roles shall be required during the performance of these Services:
• CCC Programme Manager;
• Change / Transition Manager (Business);
• Contact Centre Subject Matter Expert;
• People & Process Subject Matter Expert; and
• Solutions Technical Architect.
Further details are provided in the procurement documents attached to this contract notice.
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: 24
This contract is subject to renewal: yes
Description of renewals:  
The expected term of the contract will be for an initial period of two (2) years. The contract
may be renewed twice by the Authority, at its sole discretion, for a period or periods of up to
twelve months.
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 stated in the 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 stated in the 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

Open procedure
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:  16/06/2021
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:  16/12/2021
IV.2.7)

Conditions for opening of tenders

Date:  16/06/2021
Local time:  12:00

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
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 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
7
IE
Telephone: +353 18886125
Internet address: http://www.courts.ie

VI.4.3)

Review procedure

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).