loading
  • IE-D08 DK10 Dublin
  • 20.03.2018
  • Ausschreibung
  • (ID 2-291759)

Tolling Operations Support Services


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 20.03.2018, 12:00 Bewerbungsschluss
    Verfahren Offenes Verfahren
    Gebäudetyp Verkehr
    Art der Leistung Projektsteuerung
    Sprache Englisch
    Aufgabe
    Transport Infrastructure Ireland invites responses from service providers for the following services:
    — general support services to TII tolling business, including project management office (PMO), knowledge collection and management and tolling policy and trends advice,
    — operations management support services to TII Tolling business in relation to the ongoing eFlow and interoperability outsourced operations,
    — tolling projects support services to TII tolling business in relation to procurement, mobilisation and transition of the next generation eFlow and Interoperability operations contracts.
    Leistungsumfang
    Transport Infrastructure Ireland invites responses to this RFT from service providers for the provision of the services, further to an agreement as set out in Appendix 3 of the RFT. In summary the services include:
    — general support services to TII tolling business, including project management office (PMO), knowledge collection and management and tolling policy and trends advice,
    — operations management support services to TII Tolling business in relation to the ongoing eFlow and interoperability outsourced operations,
    — tolling projects support services to TII tolling business in relation to procurement, mobilisation and transition of the next generation eFlow and Interoperability operations contracts.
    Adresse des Bauherren IE-D08 DK10 Dublin
    TED Dokumenten-Nr. 56746-2018

  • Anzeigentext Ausschreibung

    maximieren

    • Ireland-Dublin: Technical support services

      2018/S 026-056746

      Contract notice

      Services

      Directive 2014/24/EU

      Section I: Contracting authority

      I.1)Name and addresses
      Transport Infrastructure Ireland (TII)
      9510201H
      Parkgate Business Centre, Parkgate Street
      Dublin
      Dublin, D08 DK10
      Ireland
      Contact person: Paula Lillis
      Telephone: +353 16463475
      E-mail: MjEyZFVpYFUiYF1gYF1nNGhdXSJdWQ==
      NUTS code: IE

      Internet address(es):

      Main address: www.tii.ie

      Address of the buyer profile: https://irl.eu-supply.com/ctm/Company/CompanyInformation/Index/120261

      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=124682&B=ETENDERS_SIMPLE
      Additional information can be obtained from the abovementioned address
      Tenders or requests to participate must be submitted electronically via: http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=124682&B=ETENDERS_SIMPLE
      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: Roads and Light Rail

      Section II: Object

      II.1)Scope of the procurement
      II.1.1)Title:

       

      Tolling Operations Support Services

       

      Reference number: TII074
      II.1.2)Main CPV code
      71356300
      II.1.3)Type of contract
      Services
      II.1.4)Short description:

       

      Transport Infrastructure Ireland invites responses from service providers for the following services:

      — general support services to TII tolling business, including project management office (PMO), knowledge collection and management and tolling policy and trends advice,

      — operations management support services to TII Tolling business in relation to the ongoing eFlow and interoperability outsourced operations,

      — tolling projects support services to TII tolling business in relation to procurement, mobilisation and transition of the next generation eFlow and Interoperability operations contracts.

       

      II.1.5)Estimated total value
      Value excluding VAT: 6 000 000.00 EUR
      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)
      72220000
      72250000
      79400000
      79411000
      II.2.3)Place of performance
      NUTS code: IE
      Main site or place of performance:

       

      Dublin 8.

       

      II.2.4)Description of the procurement:

       

      Transport Infrastructure Ireland invites responses to this RFT from service providers for the provision of the services, further to an agreement as set out in Appendix 3 of the RFT. In summary the services include:

      — general support services to TII tolling business, including project management office (PMO), knowledge collection and management and tolling policy and trends advice,

      — operations management support services to TII Tolling business in relation to the ongoing eFlow and interoperability outsourced operations,

      — tolling projects support services to TII tolling business in relation to procurement, mobilisation and transition of the next generation eFlow and Interoperability operations contracts.

       

      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: 6 000 000.00 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:

       

      3 years plus an option to extend for up to a further 2 years.

       

      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

       

      The estimated amount of 6 000 000 EUR is only an approximate value, the actual value may be higher or lower and may depend on the option to extend for a period of up to a further 2 years.

       

      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:

       

      See tender 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.1.5)Information about reserved contracts
      III.2)Conditions related to the contract
      III.2.1)Information about a particular profession
      III.2.2)Contract performance conditions:
      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: 20/03/2018
      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: 05/09/2018
      IV.2.7)Conditions for opening of tenders
      Date: 20/03/2018
      Local time: 12:00

      Section VI: Complementary information

      VI.1)Information about recurrence
      This is a recurrent procurement: yes
      VI.2)Information about electronic workflows
      VI.3)Additional information:

       

      The additional information being provided to all tenderers as mentioned in section 2.6 of the request for tenders document is available on etenders in the additional background information folder. Tenderers must click on this folder in order to display the contents.

       

      VI.4)Procedures for review
      VI.4.1)Review body
      High Court of Ireland
      High Court Central Office, Four Courts, Inns Quay
      Dublin 7
      Ireland
      Telephone: +353 18886000
      E-mail: MjEwXl9dXllla2hqWVtkamhXYmVcXF9ZWzZZZWtoamkkX1s=

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

      VI.4.2)Body responsible for mediation procedures
      The High Court of Ireland
      High Court Central Office, Four Courts, Inns Quay
      Dublin
      7
      Ireland
      Telephone: +353 18886000
      E-mail: MjEyXF1bXFdjaWZoV1liaGZVYGNaWl1XWTRXY2lmaGciXVk=

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

      VI.4.3)Review procedure
      VI.4.4)Service from which information about the review procedure may be obtained
      The High Court of Ireland
      High Court Central Office, Four Courts, Inns Quay
      Dublin
      7
      Ireland
      Telephone: +353 18886000
      E-mail: MjExXV5cXVhkamdpWFpjaWdWYWRbW15YWjVYZGpnaWgjXlo=

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

      VI.5)Date of dispatch of this notice:
      05/02/2018
    © 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 07.02.2018
Zuletzt aktualisiert 07.02.2018
Wettbewerbs-ID 2-291759 Status Kostenpflichtig
Seitenaufrufe 47