Contract notice – utilities
Directive 2014/25/EU
Section I: Contracting entity
I.2)Joint procurement
I.3)Communication
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:
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
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.4.2)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: