Contract notice

Information

Published

Date of dispatch of this notice: 21/12/2020

Expire date: 27/01/2021

External Reference: 2020-222220

TED Reference: 2020/S 251-630892

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Bus Eireann/Irish Bus
N/A
21 Phibsboro Road
Dublin 7
Broadstone
IE
Contact person: John Angulin
Telephone: +353 17033400
Internet address(es):
Main address: www.buseireann.ie

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=180475&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.4)

Type of the contracting authority

Body governed by public law
I.5)

Main activity

Other activity:  Tranport

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Establishment of Various Single Party Frameworks for Sourcing of Business Intelligence Partners for Bus Éireann (BÉ)
Reference number:  BE/SE/21/12/2020
II.1.2)

Main CPV code

72212480  -  Sales, marketing and business intelligence software development services
II.1.3)

Type of contract

Services
II.1.4)

Short description

Please see PQQ attached
II.1.5)

Estimated total value

Value excluding VAT: 1500.00  EUR
II.1.6)

Information about lots

This contract is divided into lots: yes
Tenders may be submitted for  all lots
Maximum number of lots that may be awarded to one tenderer:  5
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:  
Companies can be awarded any combination of the 5 lots
II.2)

Description

II.2.1)

Title

Operational Reporting & Analysis Solution
Lot No:  1
II.2.2)

Additional CPV code(s)

48482000  -  Business intelligence software package
72212482  -  Business intelligence software development services
II.2.3)

Place of performance

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

Description of the procurement

Solution offering which can consume inputs from multiple sources and
• Share insights through dashboards, threshold-based alerts, commenting, storyboards, infographics. This should highlight for each user the most meaningful changes in the business for them, with root causes, predictions and prescriptions given their role and context.
• Produce outputs which can be consumed by applications (via API’s, files, data-streams), end-users and business processes
• Support end-users in receiving data which they can consume on an ad-hoc, scheduled basis which will provide actionable insights.
• Work with end-users to develop/adapt new/improved real time monitoring and historic data reporting tools. Reporting outputs/dashboards accessible from different types of devices.
• Machine learning routines to flag operational recommendations
• Support rapid prototyping.
• Support collaboration among users through integration with digital assistants and chatbots, support within the vendor organisation.
• Ingest data from multiple sources (internal and external to BÉ) via bulk/batch loading and real-time/continuous data loading through data-streams and API’s. Data should include but not be limited to:
o Automatic Vehicle Location (AVL)
o Ticketing Data
o Siri (Service Interface for Real time Information)
o VDV, GTFS (General Transit Feed Specification), TransXchange
o WiFi
o Telematics-GPS
o Other On-Bus Event Data eg tachograph, engine, fuel, Society of Automotive Engineers standard SAEJ1939 interfaces
o Finance, HR, Schools, Customer (including customer experience)
o Web & Social Media
o Service Alerts & Updates
o 3rd Party eg AA Roadwatch, Map Data
• Real time operational tracking which will deep dive into performance metrics via conventional dashboards and reports, which should support:
o Measurement of KPI’s (against benchmarks)
o Rostering Optimisation
o Driver/Vehicle Planning & Scheduling Optimisation
o Capacity predictions for buses, stops in advance
o Real Time Passenger Metrics & Customer demand flattening
o Driver behaviour reports such as punctuality compliance and variations to average dwell/speed.
o Fleet management
o Arrival and next trip predictions
o End of trip layover shortfall reporting
o Load Factor
o Mobility pattern analysis
o Unscheduled stops, off route events, incomplete trips for AVL/punctuality
o Reliability reporting of Stop departures, Trips and Duty operation by operating time/day etc.
o NTA agreed metrics
For all reports there should be the ability to drill down from an aggregate to a detail level and filter by attributes such as day, depot, driver, route, service type allowing monitoring in real time and reporting on a periodic, quarterly and annual basis. Reports are customisable by BE and it must be possible for BE to create their own reports and export the data. PQQ response should showcase reporting and analytics capability.
Within the solution it must be possible to define workflows to trigger actions on the back on KPI metrics being within specified ranges.
Preference is a SaaS solution to support elasticity, scalability and efficient services.
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)

Estimated value

Value excluding VAT: 375000.00  EUR
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:  
Framework will be established for a duration of 36 months with the option to extend for a total of 24 months at 12 months at a time.
II.2.9)

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

Envisaged minimum number: 5  /  Maximum number: 8
II.2.10)

Information about variants

Variants will be accepted: yes
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
II.2)

Description

II.2.1)

Title

Timetable Optimisation
Lot No:  2
II.2.2)

Additional CPV code(s)

48482000  -  Business intelligence software package
72212482  -  Business intelligence software development services
II.2.3)

Place of performance

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

Description of the procurement

The solution being proposed for Lot #1, Lot #3 may not have full capability to provide optimised timetables so solutions in relation to one or all are sought.
In this instance Bus Eireann will evaluate niche offerings in the area of timetable scheduling to compliment Lot #1. Expectation is that this solution can provide optimised sets of timetable outputs.
Intelligent optimisation of this through ingestion of historical, real-time data from internal and external sources.
Support what-if analysis across multiple scenarios with user configuration of rules to be considered. With business metrics supported by the solution it should be possible to translate the business impact of any optimisation recommendation.
Produce outputs which can be consumed by applications (via API’s, files, data-streams), end-users and business processes.
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)

Estimated value

Value excluding VAT: 375000.00  EUR
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:  
Framework will be established for a duration of 36 months with the option to extend for a total of 24 months at 12 months at a time.
II.2.9)

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

Envisaged minimum number: 5  /  Maximum number: 8
II.2.10)

Information about variants

Variants will be accepted: yes
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
II.2)

Description

II.2.1)

Title

: Weekly Driver Rostering Optimisation
Lot No:  3
II.2.2)

Additional CPV code(s)

48482000  -  Business intelligence software package
72212482  -  Business intelligence software development services
II.2.3)

Place of performance

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

Description of the procurement

The solution being proposed for Lot #1, Lot #2 may not have full capability to provide optimised driver rostering so solutions in relation to one or all are sought.
In this instance Bus Eireann will evaluate niche offerings in the area of rostering to compliment Lot #1. Expectation is that this solution can provide optimised sets of rostering outputs.
Intelligent optimisation of this through ingestion of planned daily duty data from internal sources that comply with relevant regulations.
Support what-if analysis across multiple scenarios with user configuration of rules to be considered. With business metrics supported by the solution it should be possible to translate the business impact of any optimisation recommendation.
Produce outputs which can be consumed by applications (via API’s, files, data-streams), end-users and business processes
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)

Estimated value

Value excluding VAT: 375000.00  EUR
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:  
Framework will be established for a duration of 36 months with the option to extend for a total of 24 months at 12 months at a time.
II.2.9)

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

Envisaged minimum number: 5  /  Maximum number: 8
II.2.10)

Information about variants

Variants will be accepted: yes
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
II.2)

Description

II.2.1)

Title

BI & Analytics Service Partner
Lot No:  4
II.2.2)

Additional CPV code(s)

48482000  -  Business intelligence software package
72212482  -  Business intelligence software development services
II.2.3)

Place of performance

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

Description of the procurement

It is expected that the BI Partner will have expertise in the transport domain and through their response demonstrate their investment in technology and resources showing how they stay relevant with technologies and tools. The BI partner will support the solutions provided as part of Option #1, #2 and #3 and offer the following services:
• Business consulting, including business process re-engineering or redesign, business process transformation, and business performance and improvements.
• Analytics consulting, including logical data model design, BI and analytics program strategy and definition, tool and application evaluation and selection, key performance indicator (KPI) libraries for decision management, and predefined data integration touchpoints.
• Managed services for commercial and proprietary platforms.
• IT consulting, including alignment of business architecture with technology architecture, solution planning and piloting, data warehouse, and big data project design.
• Implementation services, including project management, application configuration, development of interfaces, customization, deployment, instance consolidation, data migration, data loading and integration.
• Testing services, including integration testing and user acceptance testing.
• Information governance and master data management.
• Provide a range of value-adding "assets" such as frameworks, collateral and knowledge artefacts that improve solution quality, repeatability, project delivery effectiveness and time to value.
• There is a backlog of BI reports requiring completion and this will be documented in the subsequent tender
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)

Estimated value

Value excluding VAT: 375000.00  EUR
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:  
Framework will be established for a duration of 36 months with the option to extend for a total of 24 months at 12 months at a time.
II.2.9)

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

Envisaged minimum number: 5  /  Maximum number: 8
II.2.10)

Information about variants

Variants will be accepted: yes
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
II.2)

Description

II.2.1)

Title

Fully Managed
Lot No:  5
II.2.2)

Additional CPV code(s)

48482000  -  Business intelligence software package
72212482  -  Business intelligence software development services
II.2.3)

Place of performance

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

Description of the procurement

As a further option BE would consider establishing a single supplier of Lot 1, Lot 2, Lot 3 and Lot 4.
Bus Eireann are looking to establish a Single Provider Framework, for a company who could provide all of the services detailed in the lots above.
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)

Estimated value

Value excluding VAT: 375000.00  EUR
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:  
Framework will be established for a duration of 36 months with the option to extend for a total of 24 months at 12 months at a time
II.2.9)

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

Envisaged minimum number: 5  /  Maximum number: 8
II.2.10)

Information about variants

Variants will be accepted: yes
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.1.2)

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.2)

Conditions related to the contract

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Competitive procedure with negotiation
IV.1.3)

Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement
Framework agreement with a single operator
In the case of framework agreements, provide justification for any duration exceeding 4 years:  Utilities Directive
IV.1.4)

Information about reduction of the number of solutions or tenders during negotiation or dialogue

Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated
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:  25/01/2021
Local time:  12:00
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English, Irish

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.4)

Procedures for review

VI.4.1)

Review body

High Court
Inns Quay,
Dublin
1
IE