Contract notice - utilities

Information

Published

Date of dispatch of this notice: 28/05/2015

Expire date: 26/06/2015

External Reference: 2015-274628

TED Reference: 2015/S 104-189823

Contract notice - utilities

Contract notice

Utilities

Directive 2004/17/EC

Services

Section I: Contracting entity

I.1)

Name, addresses and contact point(s)

Railway Procurement Agency ( RPA )
N/A
Procurement
Parkgate Street  Dublin 8
IE
For the attention of: Mary Hendrick
Telephone: +353 16463854
E-mail: mary.hendrick@rpa.ie
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for a dynamic purchasing system) can be obtained from:The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.2)

Main activity

  • Urban railway, tramway, trolleybus or bus services
  • Other: Light Rail
I.3)

Contract award on behalf of other contracting entities

The contracting entity is purchasing on behalf of other contracting entities: no

Section II: Object of the contract

II.1)

Description

II.1.1)

Title attributed to the contract by the contracting entity:

Passenger Travel Survey

II.1.2)

Type of contract and location of works, place of delivery or of performance

Services
    Category No18:  Rail transport services
    Main site or location of works, place of delivery or of performance:

    Dublin 8

    NUTS code
    IE021
    II.1.3)

    Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)

    The notice involves a public contract
    II.1.5)

    Short description of the contract or purchase(s)

    RPA intends to procure a company to undertake the planning and execution of

    Passenger Surveys. These surveys will include:

    A. Fare Evasion Surveys,

    B. Park and Ride Evasion Surveys,

    C. An Annual Luas Census,

    D. and other passenger surveys.

    RPA may request the execution of additional passenger surveys from time to time.

    These may include; origin/ destination surveys, tram loading/ utilisation surveys

    and other passenger surveys.

    The services will include the analysis of survey & sales data and the presentation

    of statistically valid results. The duration of this contract is for an initial term of five

    (5) years with an option for the Client, at its sole discretion, to extend the term for

    a further period of up to five (5) additional years.

    II.1.6)

    Common procurement vocabulary (CPV)

    Main vocabulary
    79300000   Market and economic research; polling and statistics
    Supplementary vocabulary
    73000000   Research and development services and related consultancy services
    79310000   Market research services
    II.1.7)

    Information about Government Procurement Agreement (GPA)

    The contract is covered by the Government Procurement Agreement (GPA):  no
    II.1.8)

    Information about lots

    This contract is divided into lots:  yes
    Tenders may be submitted for  one lot only
    II.1.9)

    Information about variants

    Variants will be accepted:  no
    II.2)

    Quantity or scope of the contract

    II.2.1)

    Total quantity or scope:

    RPA intends to procure a company to undertake the planning and execution of Passenger Surveys. These surveys will include:

    A. Fare Evasion Surveys,

    B. Park and Ride Evasion Surveys,

    C. An Annual Luas Census,

    D. and other passenger surveys.

    The Fare Evasion Surveys will determine the level of fare evasion on the Luas system and to calculate the amount of revenue being lost through ticketless travel and passengers travelling with invalid tickets. Each Fare Evasion Survey will be carried out over a period of no more than 13 weeks so that a minimum of four Fare Evasion Surveys will be carried out each calendar year. Each Fare Evasion Survey shall consist of a number of sampling periods lasting approximately 3 to 4 hours. The Fare Evasion Surveys will take place on board trams by means of face-to-face interviews with a randomly selected sample of passengers.

    The Park and Ride Evasion Surveys will determine the level of Park and Ride evasion at the Park and Ride Sites. Each Park and Ride Evasion Survey shall be carried out over a period of no more than 13 weeks so that a minimum of four Park and Ride evasion surveys shall be carried out each calendar year. Each Park and Ride evasion survey shall consist of a number of sampling periods lasting approximately 6 to 8 hours. Each Park and Ride Site shall be surveyed at least four times during each Park and Ride Evasion Survey.

    Since the commencement of Luas operations in 2004 RPA have undertaken full counts of Luas passengers each November. This count is called the Annual Luas Census. The counts are undertaken on a Thursday, a Saturday and a Sunday in November each year for valid comparison of annual trends. The surveys will be carried out in sufficient detail to allow full understanding of all boarding, alighting, utilisation and capacity provision and be comparable to previous surveys. The survey will also inform the annual cordon count requirement of the National Transport Authority.

    RPA may request the execution of additional passenger surveys from time to time. These may include; origin/ destination surveys, tram loading/ utilisation surveys and other passenger surveys.

    The services will include the analysis of survey & sales data and the presentation of statistically valid results. The duration of this contract is for an initial term of five (5) years with an option for the Client, at its sole discretion, to extend the term for a further period of up to five (5) additional years.

    II.2.2)

    Information about options

    Options: yes
    Description of these options:

    The duration of this contract is for an initial term of five (5) years with an option for the Client, at its sole discretion, to extend the term for a further period of up to five (5) additional years.

    II.2.3)

    Information about renewals

    This contract is subject to renewal: yes
    In the case of renewable contracts, estimated time-frame for subsequent calls for competition: 
    in months: 60

    Information about lots

    Lot No: 1  Lot title: Passenger Travel Survey
    1)

    Short description:

    RPA intends to procure a company to undertake the planning and execution of Passenger Surveys. These surveys will include:

    A. Fare Evasion Surveys,

    B. Park and Ride Evasion Surveys,

    C. An Annual Luas Census,

    D. and other passenger surveys.

    The services will include the analysis of survey & sales data and the presentation of statistically valid results. The duration of this contract is for an initial term of five (5) years with an option for the Client, at its sole discretion, to extend the term for a further period of up to five (5) additional years.

    2)

    Common procurement vocabulary (CPV)

    Main vocabulary
    73000000   Research and development services and related consultancy services
    Supplementary vocabulary
    79300000   Market and economic research; polling and statistics
    79310000   Market research services
    3)

    Quantity or scope:

    RPA intends to procure a company to undertake the planning and execution of Passenger Surveys. These surveys will include:

    A. Fare Evasion Surveys,

    B. Park and Ride Evasion Surveys,

    C. An Annual Luas Census,

    D. and other passenger surveys.

    The Fare Evasion Surveys will determine the level of fare evasion on the Luas system and to calculate the amount of revenue being lost through ticketless travel and passengers travelling with invalid tickets. Each Fare Evasion Survey will be carried out over a period of no more than 13 weeks so that a minimum of four Fare Evasion Surveys will be carried out each calendar year. Each Fare Evasion Survey shall consist of a number of sampling periods lasting approximately 3 to 4 hours. The Fare Evasion Surveys will take place on board trams by means of face-to-face interviews with a randomly selected sample of passengers.

    The Park and Ride Evasion Surveys will determine the level of Park and Ride evasion at the Park and Ride Sites. Each Park and Ride Evasion Survey shall be carried out over a period of no more than 13 weeks so that a minimum of four Park and Ride evasion surveys shall be carried out each calendar year. Each Park and Ride evasion survey shall consist of a number of sampling periods lasting approximately 6 to 8 hours. Each Park and Ride Site shall be surveyed at least four times during each Park and Ride Evasion Survey.

    Since the commencement of Luas operations in 2004 RPA have undertaken full counts of Luas passengers each November. This count is called the Annual Luas Census. The counts are undertaken on a Thursday, a Saturday and a Sunday in November each year for valid comparison of annual trends. The surveys will be carried out in sufficient detail to allow full understanding of all boarding, alighting, utilisation and capacity provision and be comparable to previous surveys. The survey will also inform the annual cordon count requirement of the National Transport Authority.

    RPA may request the execution of additional passenger surveys from time to time. These may include; origin/ destination surveys, tram loading/ utilisation surveys and other passenger surveys.

    The services will include the analysis of survey & sales data and the presentation of statistically valid results. The duration of this contract is for an initial term of five (5) years with an option for the Client, at its sole discretion, to extend the term for a further period of up to five (5) additional years.

    4)

    Indication about different date for duration of contract or starting/completion

    Duration in months: 60 (from the award of the contract)
    5)

    Additional information about lots:

    Section III: Legal, economic, financial and technical information

    III.1)

    Conditions relating to the contract

    III.1.1)

    Deposits and guarantees required:

    As per Contract

    III.1.2)

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

    As per Contract

    III.1.3)

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

    If a tender is submitted by a group (more than one) of suppliers, then those suppliers, if awarded the Contract, may be required to assume such legal form by incorporation, partnership, or otherwise as will enable them to contract as a single entity. It may become necessary for the group to state a single addressee responsible for the receipt and processing of the participating orders and resolving any problems to the Contract. RPA reserves the right to disqualify any group or consortium which makes changes to the composition of the group after pre-qualification without the consent of RPA.

    III.1.4)

    Other particular conditions

    The performance of the contract is subject to particular conditions: yes
    Description of particular conditions: 

    As per the Information Memorandum document.

    III.2)

    Conditions for participation

    III.2.1)

    Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers

    Information and formalities necessary for evaluating if the requirements are met:

    As per the Information Memorandum document.

    III.2.2)

    Economic and financial ability

    Information and formalities necessary for evaluating if the requirements are met:

    As per the Information Memorandum document.

    III.2.3)

    Technical capacity

    As per the Information Memorandum document.

    III.3)

    Conditions specific to services contracts

    III.3.1)

    Information about a particular profession

    Execution of the service is reserved to a particular profession: no
    III.3.2)

    Staff responsible for the execution of the service

    Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no

    Section IV: Procedure

    IV.1)

    Type of procedure

    IV.1.1)

    Type of procedure

    Negotiated
    Some candidates have already been selected (if appropriate under certain types of negotiated procedures):  no
    IV.2)

    Award criteria

    IV.2.1)

    Award criteria

    The most economically advantageous tender in terms of , the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
    IV.2.2)

    Information about electronic auction

    An electronic auction will be used: no
    IV.3)

    Administrative information

    IV.3.1)

    File reference number attributed by the contracting entity

    RPA7359

    IV.3.2)

    Previous publication(s) concerning the same contract

    no
    IV.3.3)

    Conditions for obtaining specifications and additional documents

    Payable documents: no
    IV.3.4)

    Time limit for receipt of tenders or requests to participate

    26.06.2015 - 12:00
    IV.3.5)

    Language(s) in which tenders or requests to participate may be drawn up

    [Language_EN]
    Other: 

    Irish

    Section VI: Complementary information

    VI.1)

    Information about recurrence

    This is a recurrent procurement: yes
    Estimated timing for further notices to be published:

    5 to 10 years.

    VI.2)

    Information about European Union funds

    The contract is related to a project and/or programme financed by European Union funds: no
    VI.3)

    Additional information:

    RPA will not be responsible for any costs, expenses or charges incurred by candidate or tenderers involved in this process. Award of contracts will be subject to the approval of the competent authorities. If as a result of institutional reform the Railway Procurement Agency merges with, or is subsumed into, other public bodies, it reserves the right to use the contract to procure works for the new entity. Candidates are advised that RPA is subject to the Freedom of Information Acts 1997 and 2003. Any contract award will be subject to the production of a current tax clearance certificate from the Revenue Commissioners in Ireland or, for a non-resident, a statement from the Revenue Commissioners in Ireland confirming suitability on tax grounds. Where a candidate is a consortium, each member may be required to contract on the basis of joint and several liability.

    VI.4)

    Procedures for appeal

    VI.4.1)

    Body responsible for appeal procedures

    High Court
    Four Courts, Inns Quay
    7  Dublin
    IE
    Telephone: +353 8666000
    E-mail: highcourtcentraloffice@courts.ie
    Fax: +353 8666125
    Internet address: http://www.courts.ie
     

    Body responsible for mediation procedures

    VI.4.2)

    Lodging of appeals

    Precise information on deadline(s) for lodging appeals:
    VI.4.3)

    Service from which information about the lodging of appeals may be obtained