Contract notice

Information

Published

Date of dispatch of this notice: 11/04/2019

Expire date: 16/05/2019

External Reference: 2019-257924

TED Reference: 2019/S 074-175779

Contract notice

[NoticeContract]

[Directive201424]

[Section1]: [Ca]

I.1)

[NameAddressContact]

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

[InfoTendering]

[AddressObtainDocs]:  
http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=145077&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]

Invitation to Tender for the Provision of EMV Specialist Services
II.1.2)

[CpvMain]

66170000  - 
II.1.3)

[TypeContract]

[Services]
II.1.4)

[DescrShort]

The scope of services is for the provision of specialist advice in the field of contactless EMV payments in order to facilitate the development and implementation of NTA’s strategy for introducing EMV for paying for passenger transport services.
The Authority is not seeking to appoint a team of advisors and the services are for the provision of one individual EMV Specialist.
The contract has two stages and additional detail on these stages are contained within the tender documents.
II.1.5)

[ValueMagnitudeEstimatedTotal]

[ValueExclVat]: 200000.00  EUR
II.1.6)

[LotsInfo]

[DivisionLots]: [No]
II.2)

[Description]

II.2.2)

[CpvAdditional]

30161000  - 
30162000  - 
48812000  - 
66171000  - 
66172000  - 
II.2.4)

[DescrProcurement]

The scope of services is for the provision of specialist advice in the field of contactless EMV payments in order to facilitate the development and implementation of NTA’s strategy for introducing EMV for paying for passenger transport services.
While any interested party may tender, the Authority is not seeking to appoint a team of advisors and the services are for the provision of one individual EMV Specialist.
(a) Stage 1 will include attendance at strategic planning workshops and providing input and advice on the implementation of the transit models of contactless EMV acceptance (which will specifically include aggregation under Model 2); financial modelling of the cost of contactless acceptance; assistance with the development of governance and risk management processes necessary for the acceptance of contactless EMV in a transit environment; advice on procurement strategy for acquirer and PSP services, consultation with local issuers and input into the implementation strategy, as well as the documentation of processes and guidelines and other documentation.
(b) Stage 2 will involve support on an ad-hoc basis as required by NTA with market consultation, meetings with various stakeholders including issuers, input into procurement and implementation advice.
II.2.5)

[AwardCriteria]

[AwardCriteriaDescriptive]
II.2.6)

[ValueMagnitudeEstimated]

[ValueExclVat]: 200000.00  EUR
II.2.7)

[DurationContractFrameworkDps]

[DurationMonths]: 24
[RenewalsSubject]: [Yes]
[RenewalsDescr]:  
The option to extend will be on an annual basis after the initial two year, up to a maximum total four year contract. The option to extend rests solely with the Authority and will be based on service requirements, supplier performance and the availability of funding.
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 stated in the procurement documents.
III.1.2)

[EconomicFinancialStanding]

[CriteriaSelectionDocs]
III.1.3)

[TechnicalCapacity]

[CriteriaSelectionDocs]
III.2)

[ConditionsContract]

III.2.2)

[OtherConditions]

As stated in the procurement documents.
III.2.3)

[StaffResponsible]

[StaffResponsibleIndicate]

[Section4]: [Procedure]

IV.1)

[Description]

IV.1.1)

[TypeProcedure]

[ProctypeOpen]
IV.1.8)

[GpaInfo]

[GpaCovered] : [Yes]
IV.2)

[InfoAdmin]

IV.2.2)

[LimitReceiptTendersReqPart]

[Date]:  16/05/2019
[Time]:  12:00
IV.2.4)

[LanguagesAllowed]

[Language_EN]
IV.2.6)

[MinTimeMaintain]

[DurationMonths] : 6  ([FromStatedDate])
IV.2.7)

[OpeningConditions]

[Date]:  16/05/2019
[Time]:  12:00

[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 7
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).