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:
Supply of a Planning Platform for Public Transport Networks in Ireland
II.1.2)Main CPV code
71311200
II.1.3)Type of contract
Services
II.1.4)Short description:
The Authority wishes to invite tenders for the provision of a Planning Platform for Public Transport Network Services in Ireland that will afford users the ability to quickly map out existing and planned transport routes (including associated timetables/schedules) and services while simultaneously providing an understanding of their estimated costs and usage (trips) having considered all relevant factors and information including demographics of a proposed change. Furthermore, the Planning Platform must have a sharing capability and easy access to modification through hyperlinks thus enabling a wider range of staff to contribute to proposals with additional insight and data inputs.
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
48211000
48326000
48330000
48332000
48460000
48461000
48462000
48463000
48627000
71240000
71356400
71400000
71410000
72200000
72212211
72212326
72212332
72212460
72212461
72212462
72212463
72212600
72212610
72212670
II.2.3)Place of performance
NUTS code: IE0
Main site or place of performance:
II.2.4)Description of the procurement:
The Authority wishes to invite tenders for the provision of a planning platform for Public transport network services in Ireland that will afford users the ability to quickly map out existing and planned transport routes (including associated timetables/schedules) and services while simultaneously providing an understanding of their estimated costs and usage (trips) having considered all relevant factors and information including demographics of a proposed change. Furthermore, the planning platform must have a sharing capability and easy access to modification through hyperlinks thus enabling a wider range of staff to contribute to proposals with additional insight and data inputs. The planning platform will have the capability to:
— Import existing route and schedule data via General Transit Feed Specification (GTFS);
— Import boundary information such as Central Statistics Office (CSO) small area/DED/settlement from ESRI shapefile formats;
— Import NaPTAN stops via ESRI shapefile, csv or xml format;
— Allow for quick routing and scheduling scenario modelling in a drag-and-drop interface and familiar map environment;
— Provide instant demographic and accessibility analysis through geospatial map overlays; and.
— Compute and export instant and accurate machine readable cost, usage (trips) and resource utilisation estimates.
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: 12
This contract is subject to renewal: yes
Description of renewals:
It is envisaged that the Contract will operate for a period of 1 year, with the option to extend thereafter for 1 or more years, up to a maximum total 10 year Contract. Factors to be taken into account in considering an extension of the Contract will include (but may not be limited to) service requirements, performance and continued funding availability.
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 set out in 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 set out in procurement documents.
III.1.5)Information about reserved contracts
III.1.6)Deposits and guarantees required:
As set out in procurement documents.
III.1.7)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
As set out in 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 set out in procurement documents.
III.2)Conditions related to the contract
III.2.1)Information about a particular profession
III.2.2)Contract performance conditions:
As set out in procurement documents.
III.2.3)Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing 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: 23/03/2018
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: 23/09/2018
IV.2.7)Conditions for opening of tenders
Date: 23/03/2018
Local time: 12:00
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).
VI.4.4)Service from which information about the review procedure may be obtained
VI.5)Date of dispatch of this notice:
14/02/2018