Contract award notice - utilities

Information

Published

Date of dispatch of this notice: 22/12/2023

External Reference: 2023-202726

TED Reference: 2023/S 249-790749

Contract award notice - utilities

Contract award notice – utilities

Results of the procurement procedure

Services

Directive 2014/25/EU

Section I: Contracting entity

I.1)

Name and addresses

National Transport Authority
Dun Sceine, Harcourt Lane
Dublin
D2
IE
Contact person: Fran Kehoe
Telephone: +353 18798300
Fax: +353 01-8798362
NUTS code:  IE -  IRELAND
Internet address(es):
I.6)

Main activity

Other activity:  Transport

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.1.7)

Total value of the procurement ( Agree to publish? yes )

Value excluding VAT:  68518582.00  EUR
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 ( Agree to publish? yes )

Criteria below
Quality criterion  -  Name:  Quality total  /  Weighting:  60%
Price  -  Weighting:  40%
II.2.11)

Information about options

Options: yes
Description of options:
The contract duration is two years of mobilisation and eight years from the operational services start date. The mobilisation and operational period will overlap as operations will start on the operational start date, which will be during the pilot implementation, but rollout will continue for twelve to eighteen months longer. The contract will include an option for the NTA to extend the term for a further period or periods of up to four years in total in accordance with the provisions of the contract.
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)

Additional information

Contract Value: The figure in II.1.7 includes the capital cost for set up, the operational costs for the maximum contract term and notional additional payments. Additional payments may include priced options, additional equipment and additional resources. An estimate of the additional payments that may be required during the term have been included in the final business case cost estimates.

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: 2021/S 177-462435

Section V: Award of contract

Contract No: 1

Title: Provision and Operation of Next Generation Automatic Vehicle Location Systems and Services

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

08/12/2023
V.2.2)

Information about tenders ( Agree to publish? yes )

Number of tenders received:  3
Number of tenders received from tenderers from other EU Member States:  2
Number of tenders received from tenderers from non-EU Member States:  1
Number of tenders received by electronic means:  3
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor ( Agree to publish? yes )

Trapeze Group UK Limited
Bewley House, Marshfield Rd
Chippenham
SN15 1JW
UK
Telephone: +44 8082811039
NUTS code:  UK -  UNITED KINGDOM
Internet address: https://trapezegroup.co.uk/

The contractor is an SME : no
V.2.4)

Information on value of the contract/lot (excluding VAT) ( Agree to publish? yes )

Total value of the contract/lot:  68518581.00  EUR

Section VI: Complementary information

VI.3)

Additional information

The contract was novated to Trapeze ITS UK Limited on 14 December 2023.
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.