loading
  • IE-D02W T20 Dublin
  • 25.10.2017
  • Ausschreibung
  • (ID 2-274785)

Provision of Travel Information Systems and Services (including Back Office System, Management Services and Customer Services).


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 25.10.2017, 12:00 Bewerbungsschluss
    Verfahren Offenes Verfahren
    Gebäudetyp Verkehr
    Art der Leistung Objektplanung Verkehrsanlagen
    Sprache Englisch
    Aufgabe
    Having regarding to its role in relation to transport, and specifically its functions related to the promotion of use of Public Transport, the NTA wishes to appoint a supplier to provide Travel Information Systems and Services (including Back Office System, Management Services and Customer Services).
    The competition is for Travel Information Systems and Services to replace a number of existing systems and services which are currently provided under four separate contracts, and for the provision of a new bus planning data sub-system. The NTA is also seeking to develop the customer experience by improving information accuracy, user interfaces, and by adding new customer focused features. In addition, this scope of services seeks to improve accessibility for users of open data channels and APIs. Given the fast moving nature of this industry, this scope also provides for the eventual development of innovative products and services that may emerge over the duration of the Contract.
    Leistungsumfang
    Having regarding to its role in relation to transport, and specifically its functions related to the promotion of use of Public Transport, the Authority wishes to appoint a supplier to provide Travel Information Systems and Services (including Back Office System, Management Services and Customer Services).
    The competition is for Travel Information Systems and Services to replace a number of existing systems and services which are currently provided under 4 separate contracts, and for the provision of a new bus planning data sub-system. The Authority is also seeking to develop the customer experience by improving information accuracy, user interfaces, and by adding new customer focused features. In addition, this scope of services seeks to improve accessibility for users of open data channels and APIs. Given the fast moving nature of this industry, this scope also provides for the eventual development of innovative products and services that may emerge over the duration of the Contract.
    Adresse des Bauherren IE-D02W T20 Dublin
    TED Dokumenten-Nr. 317921-2017

  • Anzeigentext Ausschreibung

    maximieren

    • Ireland-Dublin: IT services: consulting, software development, Internet and support

      2017/S 153-317921

      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
      D02W T20
      Ireland
      Contact person: Mark Bradwell
      Telephone: +353 01-8798300
      E-mail: MjE5XV9cUGJfUlpSW2EtW05hVlxbTllhX05bYF1cX2EbVlI=
      Fax: +353 01-8798333
      NUTS code: IE021

      Internet address(es):

      Main address: https://nationaltransport.ie

      Address of the buyer profile: https://irl.eu-supply.com/ctm/Company/CompanyInformation/Index/1149

      I.2)Joint procurement
      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=116744&B=ETENDERS_SIMPLE
      Additional information can be obtained from the abovementioned address
      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 of Travel Information Systems and Services (including Back Office System, Management Services and Customer Services).

       

      II.1.2)Main CPV code
      72000000
      II.1.3)Type of contract
      Services
      II.1.4)Short description:

       

      Having regarding to its role in relation to transport, and specifically its functions related to the promotion of use of Public Transport, the NTA wishes to appoint a supplier to provide Travel Information Systems and Services (including Back Office System, Management Services and Customer Services).

      The competition is for Travel Information Systems and Services to replace a number of existing systems and services which are currently provided under four separate contracts, and for the provision of a new bus planning data sub-system. The NTA is also seeking to develop the customer experience by improving information accuracy, user interfaces, and by adding new customer focused features. In addition, this scope of services seeks to improve accessibility for users of open data channels and APIs. Given the fast moving nature of this industry, this scope also provides for the eventual development of innovative products and services that may emerge over the duration of the Contract.

       

      II.1.5)Estimated total value
      II.1.6)Information about lots
      This contract is divided into lots: no
      II.2)Description
      II.2.1)Title:
      II.2.2)Additional CPV code(s)
      30196000
      48218000
      48219000
      71311200
      72200000
      72210000
      72211000
      72212000
      72212100
      72212200
      72212210
      72212213
      72212214
      72212220
      72212331
      72212422
      72212460
      72212461
      72212463
      72212500
      72212517
      72222000
      72253200
      72322000
      72510000
      II.2.3)Place of performance
      NUTS code: IE0
      Main site or place of performance:

       

      Ireland.

       

      II.2.4)Description of the procurement:

       

      Having regarding to its role in relation to transport, and specifically its functions related to the promotion of use of Public Transport, the Authority wishes to appoint a supplier to provide Travel Information Systems and Services (including Back Office System, Management Services and Customer Services).

      The competition is for Travel Information Systems and Services to replace a number of existing systems and services which are currently provided under 4 separate contracts, and for the provision of a new bus planning data sub-system. The Authority is also seeking to develop the customer experience by improving information accuracy, user interfaces, and by adding new customer focused features. In addition, this scope of services seeks to improve accessibility for users of open data channels and APIs. Given the fast moving nature of this industry, this scope also provides for the eventual development of innovative products and services that may emerge over the duration of the Contract.

       

      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
      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 envisaged that the Contract will operate from mid-2018 for a period of 5 years, with the option to extend thereafter for 1 or more years, up to a maximum total 10 year Contract. The options to extend rests solely with the Authority and will be based on service requirements, supplier performance and the availability of funding.

       

      II.2.10)Information about variants
      Variants will be accepted: no
      II.2.11)Information about options
      Options: no
      II.2.12)Information about electronic catalogues
      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.2.14)Additional information

      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 stated 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 stated in the procurement documents.

       

      III.1.5)Information about reserved contracts
      III.1.6)Deposits and guarantees required:

       

      As stated in the procurement documents.

       

      III.1.7)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:

       

      As stated 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 stated in the procurement documents.

       

      III.2)Conditions related to the contract
      III.2.1)Information about a particular profession
      III.2.2)Contract performance conditions:

       

      As stated in the procurement documents.

       

      III.2.3)Information about staff responsible for the performance of the contract

      Section IV: Procedure

      IV.1)Description
      IV.1.1)Type of procedure
      Open procedure
      IV.1.3)Information about a framework agreement or a dynamic purchasing system
      IV.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogue
      IV.1.6)Information about electronic auction
      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.2.1)Previous publication concerning this procedure
      Notice number in the OJ S: 2017/S 102-204431
      IV.2.2)Time limit for receipt of tenders or requests to participate
      Date: 25/10/2017
      Local time: 12:00
      IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
      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: 24/04/2018
      IV.2.7)Conditions for opening of tenders
      Date: 25/10/2017
      Local time: 14:00

      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
      Ireland
      Telephone: +353 18886000
      E-mail: MjIwVFVTVE9bYV5gT1FaYF5NWFtSUlVPUSxPW2FeYF8aVVE=
      Fax: +353 18886125

      Internet address:http://www.courts.ie

      VI.4.2)Body responsible for mediation procedures
      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).

       

      VI.4.4)Service from which information about the review procedure may be obtained
      VI.5)Date of dispatch of this notice:

      10/08/2017 

    © European Union, http://ted.europa.eu
  • Protected by Copyscape
  • Gewährleistung

    competitionline übernimmt keine Verantwortung für Fehler, Auslassungen, Unterbrechungen, Löschungen, Mängel oder Verzögerungen im Betrieb oder bei Übertragung von Inhalten. competitionline übernimmt keine Verantwortung für Einbußen oder Schäden, die aus der Verwendung der Internetseiten, aus der Verwendung von Nutzerinhalten oder von Inhalten Dritter, die aus den Internetseiten oder über den Service gepostet oder an Nutzer übertragen werden, oder aus Interaktionen zwischen Nutzer und Internetseiten (online oder offline) resultieren. Bitte lesen Sie hierzu unsere Nutzungsbedingungen.


INFO-BOX

Ausschreibung veröffentlicht 11.08.2017
Zuletzt aktualisiert 11.08.2017
Wettbewerbs-ID 2-274785 Status Kostenpflichtig
Seitenaufrufe 63