Contract notice - utilities

Information

Published

Date of dispatch of this notice: 08/09/2021

Expire date: 03/11/2021

External Reference: 2021-236434

TED Reference: 2021/S 177-462435

Contract notice - utilities

Contract notice – utilities

Services

Directive 2014/25/EU

Section I: Contracting entity

I.1)

Name and addresses

National Transport Authority
Dun Sceine, Harcourt Lane
Dublin 2
IE
Contact person: Fran Kehoe
Telephone: +353 18798300
Fax: +353 01-8798362
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=191293&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

Provision and Operation of Next Generation Automatic Vehicle Location Systems and Services
II.1.2)

Main CPV code

63700000  -  Support services for land, water and air transport
II.1.3)

Type of contract

Services
II.1.4)

Short description

The NTA intends to significantly expand and improve public transport services in the coming years and is doing so through initiatives such as BusConnects and Connecting Ireland. There will be additional services/routes and vehicles, and higher customer expectations for reliability of journey times, interchange and durations, and so the need for tools to assist with the provision of good quality services as well as to deliver reliable Real Time Passenger Information (RTPI) will only increase in the future. The NTA aims to establish a contract with a suitable supplier, which will replace the existing public transport bus AVL systems and provide, operate and maintain a national AVL system for its PSO Bus Operators and include an AVL Lite solution offering to Local Link Services, smaller Bus Operators and Commercial Bus Operators.
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

42961300  -  Vehicle location system
33952000  -  Transport equipment and auxiliary products to transportation
34000000  -  Transport equipment and auxiliary products to transportation
48813200  -  Real-time passenger information system
72322000  -  Data management services
63710000  -  Support services for land transport
63712000  -  Support services for road transport
72211000  -  Programming services of systems and user software
72212213  -  Operating system enhancement software development services
30196000  -  Planning systems
72510000  -  Computer-related management services
72253200  -  Systems support services
72212210  -  Networking software development services
30210000  -  Data-processing machines (hardware)
38112100  -  Global navigation and positioning systems (GPS or equivalent)
38221000  -  Geographic information systems (GIS or equivalent)
72300000  -  Data services
72000000  -  IT services: consulting, software development, Internet and support
II.2.3)

Place of performance

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

Description of the procurement

The contract includes but not limited to, the following, high-level requirements within its scope:
• An AVL system that could be used by any licenced Bus Operator in any part of the island of
Ireland;
• A replacement of Dublin Bus's current AVL system, which currently services 1,000 buses and has been in operation since 2010.This will include interfacing to Dublin Bus’s existing PMR system for voice communication only (supplied by Tait Communications);
• A replacement of Go Ahead’s two BMO AVL Systems, one with 161 buses (since 2018) and another with 35 buses (since 2019);
• A replacement of Bus Éireann’s AVL system, which services 600 buses and has been in operation since 2008;
• A replacement of Bus Éireann’s BMO AVL systems in Waterford, which services 17 buses and has been in operation since 2019;
• A hosted back office to process the information and circulate it to the relevant channels, e.g. the national journey planner, RTPI, service control, reporting etc.;
• A Prediction Generator that processes all Bus Operators’ AVL data in the most appropriate way and supplies accurate estimated time of arrival data to existing and new RTPI channels;
• A contract management and operational management tool, enabling the NTA to effectively manage and report on the licensed bus operations being run;
• A method of counting passengers on and off buses, to assist with capacity management, along with some additional functionality that will help increase accessibility of the bus network, such as wheelchair sensors and hearing loops;
• The supply of a compatible AVL Lite system, for bus services that do not require full AVL that shall enable further public transport services to be added relatively inexpensively to RTPI channels and which will enable the NTA to monitor such services. This may include school bus services, Local Link services (scheduled and DRT services including mini-bus services), and services provided by licenced privately owned bus transport providers;
• A method of providing real-time AVL data to urban traffic control systems to facilitate bus priority at traffic signals; and
• Services that are managed or outsourced in their entirety to the service provider, including comprehensive ICT Security and ICT Management requirements that are maintained and kept up-to-date.
Note - All replacement systems will involve supply, installation, configuration and commissioning of on-bus equipment, including establishing interfaces to existing on-bus equipment, provision
of service control tools and supply of any other systems and equipment necessary to enable the delivery of the outputs.
The Successful Tenderer shall be responsible for the design, development, configuration, testing, commissioning, operation, support and maintenance of the NG AVL system.
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: 96
This contract is subject to renewal: yes
Description of renewals:  
It is anticipated that the term of the Contract will be for eight (8) years from the Operational Services Start Date [(“OSSD”), which will follow the acceptance of the system and services ], with options for the NTA to extend at expiry of the initial term for any period or succession of periods up to a four (4) years (2 years + 1 year + 1 year). 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: 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: yes
Identification of the project: The project may be part funded through EIB.

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.

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Negotiated procedure with prior call for competition
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 142-349590
IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  03/11/2021
Local time:  12:00
IV.2.3)

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

Date: 11/03/2022
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

The contracting authority will not be responsible for any costs, charges or expenses incurred by 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 certificate or 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 D7 Dublin
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: 
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.