The performance of the contract will require the provision of services during the following 3 main phases, as set out below.
Phase 1: Mobilisation and Transition Management Services
The service provider will be required to proactively manage the mobilisation and transition activities.
Phase 2: Operations Services
Following the successful implementation of Phase 1, the service provider will be required to manage the delivery of operational services.
Phase 3: Contract Termination and Handover
The service provider may be required to perform exit management services.
Deadline
The time limit for receipt of tenders was 2019-01-09.
The procurement was published on 2018-11-01.
Suppliers
The following suppliers are mentioned in award decisions or other procurement documents:
Object Scope of the procurement
Title: Competition for the Provision of Leap Operations Services
Products/services: IT services: consulting, software development, Internet and support๐ฆ
Short description:
โThe performance of the contract will require the provision of services during the following 3 main phases, as set out below.
Phase 1: Mobilisation and...โ
Short description
The performance of the contract will require the provision of services during the following 3 main phases, as set out below.
Phase 1: Mobilisation and Transition Management Services
The service provider will be required to proactively manage the mobilisation and transition activities.
Phase 2: Operations Services
Following the successful implementation of Phase 1, the service provider will be required to manage the delivery of operational services.
Phase 3: Contract Termination and Handover
The service provider may be required to perform exit management services.
The authority is seeking to engage a suitable party for the provision of leap operations.
The performance of the contract will require the provision of services during the following three main phases, as set out below.
Phase 1: Mobilisation and Transition Management Services
The service provider will be required to proactively manage the mobilisation and transition activities to enable a seamless transition of the services from the existing contracts to the new contract
Phase 2: Operations Services
Following the successful implementation of Phase 1, the service provider will be required to manage the delivery of operational services in a continuously improving, financially efficient, commercially focussed and customer-friendly manner.
The service provider will be expected to manage and perform necessary activities and provide necessary resources to facilitate growth in the customer base over time and manage seasonal peaks due to varying demand for cards including, but not limited to:
โ adult,
โ visitor cards,
โ student cards,
โ youth and child,
โ and their associated personalisation requirements.
Phase 3: Contract Termination and Handover
The service provider may be required to perform exit management services. The service provider will be required to establish an exit management plan prior to the end of the first operational year of service to manage the period at the end of the contract term.
Further information is available in the information memorandum attached to this notice.
Show more Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
Duration of the contract, framework agreement or dynamic purchasing system
The time frame below is expressed in number of months.
Description
Duration: 60
Duration of the contract, framework agreement or dynamic purchasing system
This contract is subject to renewal โ Description
Description of renewals:
โThe term of the contract will be for 5 years from the operational commencement date, with options for the authority to extend the term for any period or...โ
Description of renewals
The term of the contract will be for 5 years from the operational commencement date, with options for the authority to extend the term for any period or succession of periods up to a further 5 years. The option to extend rests solely with the authority.
Show more Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 6
Objective criteria for choosing the limited number of candidates: As set out in the procurement documents.
Legal, economic, financial and technical information Conditions for participation
List and brief description of conditions: As set out in the procurement documents.
Economic and financial standing
Selection criteria as stated in the procurement documents
Technical and professional ability
Selection criteria as stated in the procurement documents
Conditions related to the contract
Contract performance conditions: As set out in the procurement documents.
Procedure Type of procedure
Restricted procedure
Administrative information
Time limit for receipt of tenders or requests to participate: 2019-01-09
12:00 ๐
Estimated date of dispatch of invitations to tender or to participate to selected candidates: 2019-02-04 ๐
Languages in which tenders or requests to participate may be submitted: English ๐ฃ๏ธ
Complementary information Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
Additional information
โThe Contracting Authority will not be responsible for any costs, charges or expenses incurred by candidates or tenderers relating to this contract award...โ
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.
Show more Review body
Name: High Court of Ireland
Postal address: Four Courts, Ground Floor (East Wing), Inns Quay
Postal town: Dublin 7
Postal code: D7
Country: Ireland ๐ฎ๐ช
Phone: +353 18886000๐
E-mail: highcourtcentraloffice@courts.ie๐ง
Fax: +353 18886125 ๐
URL: http://www.courts.ie๐ Review procedure
Precise information on deadline(s) for review procedures:
โAs set out in S.I. No. 130/2010 European Communities (Public Authorities' Contracts) (Review Procedures) Regulations 2010 (in particular Regulation 7 thereof).โ
Source: OJS 2018/S 212-485852 (2018-11-01)
Contract award notice (2022-05-10) Contracting authority Name and addresses
Contact person: Fran Kehoe
Phone: +353 01-8798362๐
Fax: +353 01-8798333 ๐
Object Scope of the procurement
Short description:
โThe performance of the Contract will require the provision of services during the following three main phases, as set out below.
Phase 1 โ Mobilisation and...โ
Short description
The performance of the Contract will require the provision of services during the following three main phases, as set out below.
Phase 1 โ Mobilisation and Transition Management Services
The service provider will be required to proactively manage the mobilisation and transition activities.
Phase 2 - Operations Services
Following the successful implementation of Phase 1, the service provider will be required to manage the delivery of operational services.
Phase 3 โ Contract Termination and Handover
The service provider may be required to perform exit management services.
Show more
Total value of the procurement (excluding VAT): EUR 71 494 501 ๐ฐ
Description
Description of the procurement:
โThe Authority is seeking to engage a suitable party for the Provision of Leap Operations.
The performance of the Contract will require the provision of...โ
Description of the procurement
The Authority is seeking to engage a suitable party for the Provision of Leap Operations.
The performance of the Contract will require the provision of services during the following three main phases, as set out below.
Phase 1 โ Mobilisation and Transition Management Services
The service provider will be required to proactively manage the mobilisation and transition activities to enable a seamless transition of the services from the existing contracts to the new Contract
Phase 2 - Operations Services
Following the successful implementation of Phase 1, the service provider will be required to manage the delivery of operational services in a continuously improving, financially efficient, commercially focussed and customer-friendly manner.
The service provider will be expected to manage and perform necessary activities and provide necessary resources to facilitate growth in the customer base over time and manage seasonal peaks due to varying demand for cards including, but not limited to, adult, visitor cards, student cards, youth, and child, and their associated personalisation requirements.
Phase 3 โ Contract Termination and Handover
The service provider may be required to perform exit management services. The service provider will be required to establish an Exit Management Plan prior to the end of the first operational year of service to manage the period at the end of the contract term.
Further information is available in the Information Memorandum attached to this notice.
Show more Award criteria
Quality criterion (name): Operations
Quality criterion (weighting): 50
Quality criterion (name): System design
Quality criterion (weighting): 10
Price (weighting): 40
Description
Additional information:
โThe Total value of the procurement as stated in Section II.1.7 represents the five year value and does not include any potential extensions.
The contract...โ
Additional information
The Total value of the procurement as stated in Section II.1.7 represents the five year value and does not include any potential extensions.
The contract will include an option for the NTA to extend the term for a further period or periods of up to five (5) years in total, in accordance with the provisions of the contract.
Procedure Type of procedure
Competitive procedure with negotiation
Administrative information
Previous publication concerning this procedure: 2018/S 212-485852
Information about termination of call for competition in the form of a prior information notice
The contracting authority will not award any further contracts based on the above prior information notice
Award of contract
1๏ธโฃ
Contract Number: 1
Title: Competition for the Provision of Leap Operations
Date of conclusion of the contract: 2022-04-14 ๐
Information about tenders
Number of tenders received: 2
Number of tenders received from SMEs: 0
Number of tenders received from tenderers from other EU Member States: 2
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 0
Name and address of the contractor
Name: Cubic Transportation Limited
National registration number: 01381707
Postal address: Afc house, honeycrock lane surrey
Postal town: Salfords
Postal code: RH1 5LA
Country: United Kingdom ๐ฌ๐ง
Phone: +44 1737782200๐
E-mail: info-eu@cubic.com๐ง
Fax: +44 1737782200 ๐
Region: United Kingdom ๐๏ธ
URL: https://www.cubic.com/about/contact๐
The contractor is an SME
Information on value of the contract/lot (excluding VAT)
Estimated total value of the contract/lot: EUR 71 494 501 ๐ฐ
Total value of the contract/lot: EUR 71 494 501 ๐ฐ
Information about subcontracting
The contract is likely to be subcontracted
Short description of the part of the contract to be subcontracted:
โPayzone to conduct Electronic Point of Sale services during the initial transition period and Payment Gateway Services for the duration of the contract.
An...โ
Short description of the part of the contract to be subcontracted
Payzone to conduct Electronic Point of Sale services during the initial transition period and Payment Gateway Services for the duration of the contract.
An Post to conduct Electronic Point of Sale services.
2๏ธโฃ Information about tenders
Number of tenders received by electronic means: 2
Name and address of the contractor
Postal address: AFC House Honeycrock Lane, Salfords, Redhill
Postal town: Surrey
Fax: +44 1737789759 ๐ Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 71 494 501 ๐ฐ
Complementary information Additional information
Due to legal matters the conclusion of the contract was delayed.
Source: OJS 2022/S 093-256546 (2022-05-10)