Contract notice - utilities

Information

Published

Date of dispatch of this notice: 07/06/2019

Expire date: 15/07/2019

External Reference: 2019-222252

TED Reference: 2019/S 111-273773

Contract notice - utilities

Contract notice – utilities

Services

Directive 2014/25/EU

Section I: Contracting entity

I.1)

Name and addresses

National Transport Authority
N/A
Dun Sceine, Iveagh Court,Harcourt Lane,
Dublin
D02WT20
IE
Contact person: Fran Kehoe
Telephone: +353 18798300
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=148109&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 Travel Information Systems and Ancillary Systems and Services
Reference number:  151878
II.1.2)

Main CPV code

72322000  -  Data management services
II.1.3)

Type of contract

Services
II.1.4)

Short description

The Authority is seeking to engage a suitable party to, in summary:
• Uninterrupted continuance of current Travel Information Services during migration from current contract
• Open and interoperable data exchange protocols
• System for managing
- Schedule data
- Real time data
- Mapping and gazetteer data
- Exports to Open Data and re-users of NTA data
• Real-Time, All Ireland, Door to Door Intermodal Journey Planner
• Innovation in travel information technology during the life of the contract, including but not limited to support for customers with higher needs
• 24hr/7day requirement for monitoring, support and despatching of real-time passenger information
The Successful Tenderer shall be responsible for the design, development, commissioning, operation, support and maintenance of the TIS system. NB, this contract excludes RTPI On-street displays.
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

63710000  -  Support services for land transport
63712000  -  Support services for road transport
72313000  -  Data capture services
72318000  -  Data transmission services
72319000  -  Data supply services
72000000  -  IT services: consulting, software development, Internet and support
72212210  -  Networking software development services
72212331  -  Project management software development services
30196000  -  Planning systems
72510000  -  Computer-related management services
72253200  -  Systems support services
72222000  -  Information systems or technology strategic review and planning services
72212463  -  Statistical software development services
72212461  -  Analytical or scientific software development services
72212200  -  Networking, Internet and intranet software development services
II.2.3)

Place of performance

Main site or place of performance:  
Ireland
II.2.4)

Description of the procurement

The Authority is seeking to engage a suitable party to, in summary:
• Uninterrupted continuance of current Travel Information Services during migration from current contract
• Open and interoperable data exchange protocols
• System for managing
- Schedule data
- Real time data
- Mapping and gazetteer data
- Exports to Open Data and re-users of NTA data
• Real-Time, All Ireland, Door to Door Intermodal Journey Planner
• Innovation in travel information technology during the life of the contract, including but not limited to support for customers with higher needs
• 24hr/7day requirement for monitoring, support and despatching of real-time passenger information
The Successful Tenderer shall be responsible for the design, development, commissioning, operation, support and maintenance of the TIS system. NB, this contract excludes RTPI On-street displays.
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: 60
This contract is subject to renewal: yes
Description of renewals:  
It is anticipated that the term of the Contract will be for five years from the operational Services Start Date (which will follow the acceptance of the system by the Authority, i.e. after the Initial Services phase), with options for the Authority to extend the term for any period or succession of periods up to a further five years. The option to extend rests solely with the Authority.
II.2.9)

Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 6
Objective criteria for choosing the limited number of candidates:
As stated in the 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: 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 set out 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.1.4)

Objective rules and criteria for participation

List and brief description of rules and criteria: As set out in the procurement documents.
III.1.6)

Deposits and guarantees required

As set out in the procurement documents.
III.1.7)

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

As set out in the procurement documents.
III.1.8)

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

As set out in the procurement documents.
III.2)

Conditions related to the contract

III.2.2)

Contract performance conditions

As set out in the procurement documents.

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Restricted 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:  15/07/2019
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:  11/01/2020

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 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)

Procedures for review

VI.4.1)

Review body

High Court of Ireland
Four Courts, Ground Floor (East Wing), Inns Quay
Dublin 7
D7
IE
Telephone: +353 18886000
Fax: +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. 131/2010 European Communities (Award of Contracts by Utilities Undertakings) (Review Procedures) Regulations 2010 (in particular Regulation 7 thereof)