Competition for the Provision of Leap Operations Services
National Transport Authority
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 time limit for receipt of tenders was 2019-01-09. The procurement was published on 2018-11-01.
SuppliersThe following suppliers are mentioned in award decisions or other procurement documents:
Who? What?- โข Magnetic cards โบ Smart cards
- โข Miscellaneous transport equipment and spare parts โบ Transport tickets
- โข Travel agency and similar services โบ Sale of travel tickets and package tours services
- โข Financial consultancy, financial transaction processing and clearing-house services โบ Financial transaction processing and clearing-house services
- โข Helpdesk and support services โบ Helpdesk services
- โข Helpdesk and support services โบ Systems support services
- โข Computer-related services โบ Computer-related management services
- โข Bookkeeping services โบ Sales and purchases recording services
- โข Business services: law, marketing, consulting, recruitment, printing and security โบ Business and management consultancy and related services
- โข Business services: law, marketing, consulting, recruitment, printing and security โบ Office-support services
- โข Business services: law, marketing, consulting, recruitment, printing and security โบ Miscellaneous business and business-related services
- โข Eastern and Midland โบ Dublin
| Date | Document |
|---|---|
| 2018-11-01 | Contract notice |
| 2022-05-10 | Contract award notice |
Object
Scope of the procurement
Title: IT services: consulting, software development, Internet and support
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
Notice metadata
Original language: English ๐ฃ๏ธ
Document type: Contract notice
Nature of contract: Services
Regulation: European Union, with participation of GPA countries
Common procurement vocabulary (CPV)
Code: IT services: consulting, software development, Internet and support ๐ฆ
Additional CPV: Smart cards ๐ฆ
Place of performance
NUTS region: Ireland ๐๏ธ
Procedure
Procedure type: Restricted procedure
Type of bid: Submission for all lots
Award criteria
The most economic tender
Contracting authority
Identity
Country: Ireland ๐ฎ๐ช
Awarding authority type: National or federal Agency/Office
Awarding authority name: National Transport Authority
Postal address: Dun Sceine, Iveagh Court, Harcourt Lane
Postal code: D02 WT20
Postal town: Dublin 2
Contact
Internet address: https://nationaltransport.ie ๐
E-mail: procurement@nationaltransport.ie ๐ง
Phone: +353 1-8798362 ๐
Fax: +353 1-8798333 ๐
URL for documents: http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=137446&B=ETENDERS_SIMPLE ๐
URL for participation: http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=137446&B=ETENDERS_SIMPLE ๐
Reference
Dates
Date dispatched: 2018-11-01 ๐
Submission deadline: 2019-01-09 ๐
Publication date: 2018-11-03 ๐
Identifiers
Notice number: 2018/S 212-485852
OJ-S issue: 212
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
Object
Scope of the procurement
Short description:
โThe performance of the contract will require the provision of services during the following 3 main phases, as set out below.โ
โPhase 1: Mobilisation and Transition Management Servicesโ
Show more (17)
โThe service provider will be required to proactively manage the mobilisation and transition activities.โ
โPhase 2: Operations Servicesโ
โFollowing the successful implementation of Phase 1, the service provider will be required to manage the delivery of operational services.โ
โPhase 3: Contract Termination and Handoverโ
โThe service provider may be required to perform exit management services.โ
โThe authority is seeking to engage a suitable party for the provision of leap operations.โ
โThe performance of the contract will require the provision of services during the following three main phases, as set out below.โ
โThe service provider will be required to proactively manage the mobilisation and transition activities to enable a seamless transition of the services from...โ
โFollowing the successful implementation of Phase 1, the service provider will be required to manage the delivery of operational services in a continuously...โ
โThe service provider will be expected to manage and perform necessary activities and provide necessary resources to facilitate growth in the customer base...โ
โโ adult,โ
โโ visitor cards,โ
โโ student cards,โ
โโ youth and child,โ
โโ and their associated personalisation requirements.โ
โThe service provider may be required to perform exit management services. The service provider will be required to establish an exit management plan prior...โ
โFurther information is available in the information memorandum attached to this notice.โ
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
Place of performance
Main site or place of performance:
โIrelandโ
Legal, economic, financial and technical information
Conditions for participation
Suitability to pursue the professional activity:
โAs set out in the procurement documents.โ
Contract execution
Contract performance conditions:
โAs set out in the procurement documents.โ
Procedure
Legal basis: 32014L0024
Envisaged number of candidates: 6
Objective criteria for choosing the limited number of candidates:
โAs set out in the procurement documents.โ
Time of receipt of tenders: 12:00
Date of dispatch of invitations: 2019-02-04 ๐
Languages in which tenders or requests to participate may be submitted: English ๐ฃ๏ธ
Contracting authority
Identity
National registration number: N/a
Contact
Contact point: Mark Bradwell
Address of the buyer profile: https://irl.eu-supply.com/ctm/Company/CompanyInformation/Index/1149 ๐
Documents URL: http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=137446&B=ETENDERS_SIMPLE ๐
Reference
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
โThe most economically advantageous or any tender will not automatically be accepted.โ
Show more (1)
โRefer to procurement documents for further information.โ
Complementary information
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 18886000 ๐
E-mail: highcourtcentraloffice@courts.ie ๐ง
Fax: +353 18886125 ๐
Internet address: http://www.courts.ie ๐
Information about review deadlines:
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)
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
Total value of the procurement: 71 494 501 EUR ๐ฐ
Notice metadata
Document type: Contract award notice
Procedure
Procedure type: Competitive procedure with negotiation
Type of bid: Not applicable
Contracting authority
Contact
Phone: +353 01-8798362 ๐
Fax: +353 01-8798333 ๐
Reference
Dates
Date dispatched: 2022-05-10 ๐
Publication date: 2022-05-13 ๐
Identifiers
Notice number: 2022/S 093-256546
Refers to notice: 2018/S 212-485852
OJ-S issue: 93
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
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.โ
โPhase 1 โ Mobilisation and Transition Management Servicesโ
Show more (7)
โPhase 2 - Operations Servicesโ
โPhase 3 โ Contract Termination and Handoverโ
โThe Authority is seeking to engage a suitable party for the Provision of Leap Operations.โ
โThe service provider will be required to proactively manage the mobilisation and transition activities to enable a seamless transition of the services from...โ
โThe service provider will be expected to manage and perform necessary activities and provide necessary resources to facilitate growth in the customer base...โ
โThe service provider may be required to perform exit management services. The service provider will be required to establish an Exit Management Plan prior...โ
โFurther information is available in the Information Memorandum attached to this notice.โ
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.โ
โThe 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...โ
Procedure
Award criteria
Quality criterion (name): Operations
Quality criterion (weighting): 50
Quality criterion (name): System design
Quality criterion (weighting): 10
Price (weighting): 40
Award of contract
Date of contract conclusion: 2022-04-14 ๐
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 1737782200 ๐
E-mail: info-eu@cubic.com ๐ง
Internet address: https://www.cubic.com/about/contact ๐
Total value of the procurement: 71 494 501 EUR ๐ฐ
Postal address: AFC House Honeycrock Lane, Salfords, Redhill
Postal town: Surrey
Information about tenders
Number of tenders received: 2
Contracting authority
Contact
Contact point: Fran Kehoe
Reference
Additional information
โDue to legal matters the conclusion of the contract was delayed.โ
Source: OJS 2022/S 093-256546 (2022-05-10)
- IT services: consulting, software development, Internet and support (>20 new procurements)
- Hardware consultancy services (5)
- Software programming and consultancy services (>20)
- Data services (6)
- Internet services (6)
- Computer-related services (8)
- Computer support and consultancy services (8)
- Computer network services (5)
- Computer audit and testing services (2)
- Computer back-up and catalogue conversion services (1)