Contract notice

Information

Published

Date of dispatch of this notice: 28/01/2019

Expire date: 03/04/2019

External Reference: 2019-290187

TED Reference: 2019/S 022-048061

Contract notice

[NoticeContract]

[Directive201424]

[Section1]: [Ca]

I.1)

[NameAddressContact]

National Transport Authority
N/A
Dun Sceine, Iveagh Court, Harcourt Lane
Dublin 2
D02 WT20
IE
[Contactpoint]: Igor Popenko
[AddressPhone]: +353 18798300
[AddressFax]: +353 18798333
[Internets]:
I.3)

[InfoTendering]

[AddressObtainDocs]:  
http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=141373&B=ETENDERS_SIMPLE
[AddressFurtherinfo]
[AsContactsAbove]:  
[AddressSendTendersRequest]
[AddressSendTendersRequest]
[AddressToAbove]
I.4)

[CaType]

[MaintypeNatagency]
I.5)

[Mainactivity]

[OtherActivity]:  Transport

[Section2]: [Object]

II.1)

[QuantityScopeContract]

II.1.1)

[TitleContract]

Provision of Manufacture, Supply and Modification of SCIM Hardware
II.1.2)

[CpvMain]

30233300  - 
II.1.3)

[TypeContract]

[Services]
II.1.4)

[DescrShort]

The Authority has developed bespoke Smart Card Interface Module, which is the subject of this Contract. This bespoke module is an electronic integrated circuit board, of which there are two variants.
The SCIM device will be manufactured under a sub-license from the Authority. The Authority has a full and free license granted by Sequoia AFC Consultants Limited (“Sequoia Ireland”) to use the intellectual property which resides in the SCIM hardware and software (i.e. firmware).
The Supplier shall perform the following services:
•Manufacture and supply two variants of the SCIM hardware
•Modify (if required) the SCIM hardware design
•Replace (if required) obsolete components of the SCIM hardware
•Supply SAMs (Secure Access Modules) for use in SCIM hardware
•Design, manufacture and assemble a POS (Point of Sale) reader solution to hold one variant of the SCIM hardware
•Upon request, provide design, manufacture and assembly services for reader solutions as might be required by NTA
II.1.6)

[LotsInfo]

[DivisionLots]: [No]
II.2)

[Description]

II.2.2)

[CpvAdditional]

30233320  - 
31710000  - 
31712110  - 
31712114  - 
31712117  - 
31712300  - 
31712310  - 
31712320  - 
72140000  - 
72228000  - 
II.2.4)

[DescrProcurement]

The Authority has developed bespoke Smart Card Interface Module (“SCIM”), which is the subject of this Contract. This bespoke module is an electronic integrated circuit board, of which there are two variants.
The SCIM device will be manufactured under a sub-license from the Authority. The Authority has a full and free license granted by Sequoia AFC Consultants Limited (“Sequoia Ireland”) to use the intellectual property which resides in the SCIM hardware and software (i.e. firmware).
In summary, the Supplier shall perform the following services:
• Manufacture and supply two variants of the SCIM hardware;
• Modify (if required) the SCIM hardware design;
• Replace (if required) obsolete components of the SCIM hardware;
• Supply SAMs (Secure Access Modules) for use in SCIM hardware;
• Design, manufacture and assemble a POS (Point of Sale) reader solution to hold one variant of the SCIM hardware;
• Upon request, provide design, manufacture and assembly services for reader solutions as might be required by the Authority.
II.2.5)

[AwardCriteria]

[AwardCriteriaDescriptive]
II.2.7)

[DurationContractFrameworkDps]

[DurationMonths]: 24
[RenewalsSubject]: [Yes]
[RenewalsDescr]:  
The contract will be for an initial period of 2 years. If the services provided are deemed to be satisfactory the contract may be renewed annually up to a maximum of 2 years after the end of the initial 2 year period.
II.2.10)

[VariantsInfo]

[VariantsAccepted]: [No]
II.2.11)

[OptionsInfo]

[Options]: [No]
II.2.13)

[EuProgrInfo]

[EuProgrRelated]: [No]

[Section3]: [InfoLegal]

III.1)

[ConditionsParticip]

III.1.1)

[SituationPersonalIncl]

[InfoEvaluatingRequir]:  As set out in the tender documents.
III.1.2)

[EconomicFinancialStanding]

[CriteriaSelectionDocs]
III.1.3)

[TechnicalCapacity]

[CriteriaSelectionDocs]
III.2)

[ConditionsContract]

III.2.2)

[OtherConditions]

As set out in the tender documents.

[Section4]: [Procedure]

IV.1)

[Description]

IV.1.1)

[TypeProcedure]

[ProctypeOpen]
IV.1.8)

[GpaInfo]

[GpaCovered] : [Yes]
IV.2)

[InfoAdmin]

IV.2.2)

[LimitReceiptTendersReqPart]

[Date]:  06/03/2019
[Time]:  12:00
IV.2.4)

[LanguagesAllowed]

[Language_EN]
IV.2.6)

[MinTimeMaintain]

[DateTenderValid]:  02/09/2019
IV.2.7)

[OpeningConditions]

[Date]:  06/03/2019
[Time]:  14:00

[Section6]: [InfoComplement]

VI.1)

[RecurrenceInfo]

[RecurrentProcurement]:  [No]
VI.2)

[InfoEworkflow]

[EorderingUsed]
[EinvoicingUsed]
[EpaymentUsed]
VI.3)

[InfoAdditional]

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 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)

[AppealsProcedure]

VI.4.1)

[AppealsBody]

High Court of Ireland
Four Courts, Ground Floor (East Wing), Inns Quay
Dublin
D7
IE
[AddressPhone]: +353 18886000
[AddressFax]: +353 18886125

VI.4.3)

[AppealsLodging]

[AppealsDeadline]: 
As set out in S.I. No. 130/2010 European Communities (Public Authorities' Contracts) (Review Procedures) Regulations 2010 (in particular Regulation 7 thereof).