The National Transport Authority wishes to invite tenders for the provision of transport related survey services, including:
โ Fare evasion surveys,
โ Mystery shopper surveys.
Contracts will be awarded for an initial period of 4 years with an option to extend for a period of up to an additional 2 years. The Authority may award contracts for services pursuant to this tender on behalf of other public transport operators and Transport Infrastructure Ireland.
Deadline
The time limit for receipt of tenders was 2018-10-01.
The procurement was published on 2018-08-24.
Object Scope of the procurement
Title: Provision of Survey Services
Products/services: Market and economic research; polling and statistics๐ฆ
Short description:
โThe National Transport Authority wishes to invite tenders for the provision of transport related survey services, including:
โ Fare evasion surveys,
โ...โ
Short description
The National Transport Authority wishes to invite tenders for the provision of transport related survey services, including:
โ Fare evasion surveys,
โ Mystery shopper surveys.
Contracts will be awarded for an initial period of 4 years with an option to extend for a period of up to an additional 2 years. The Authority may award contracts for services pursuant to this tender on behalf of other public transport operators and Transport Infrastructure Ireland.
Show more
Estimated value excluding VAT: EUR 8 000 000 ๐ฐ
Information about lots
Tenders may be submitted for all lots
Maximum number of lots that may be awarded to one tenderer: 2
1๏ธโฃ Scope of the procurement
Title: Fare evasion survey services
Title
Lot Identification Number: 1
Description
Additional products/services: Survey services๐ฆ
Additional products/services: Survey design services๐ฆ
Additional products/services: Survey conduction services๐ฆ
Additional products/services: Survey analysis services๐ฆ
Additional products/services: Performance review services๐ฆ
Additional products/services: Statistical services๐ฆ
Additional products/services: Customer satisfaction survey๐ฆ
Place of performance: Ireland๐๏ธ
Main site or place of performance: Ireland
Description of the procurement:
โThe services include the performance of fare evasion surveys on all contracted public transport services operating in Ireland, including PSO bus services in...โ
Description of the procurement
The services include the performance of fare evasion surveys on all contracted public transport services operating in Ireland, including PSO bus services in the Dublin area, PSO bus services outside Dublin, Iarnrรณd รireann passenger services, and Luas services. Surveys are to be conducted continuously and reported on a regular basis.
Show more Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
Scope of the procurement
Estimated total value excluding VAT: EUR 4 000 000 ๐ฐ
Duration of the contract, framework agreement or dynamic purchasing system
The time frame below is expressed in number of months.
Description
Duration: 48
Duration of the contract, framework agreement or dynamic purchasing system
This contract is subject to renewal โ Description
Description of renewals:
โThe contract will be renewed pursuant to a future contract notice following its expiry. The expected term of the contract will be 4 years with an option to...โ
Description of renewals
The contract will be renewed pursuant to a future contract notice following its expiry. The expected term of the contract will be 4 years with an option to extend for up to a further 2 years at the sole discretion of the Authority.
Show more Information about the limits on the number of candidates to be invited
Maximum number: 4
Objective criteria for choosing the limited number of candidates:
โCandidates will be checked to ensure that none of the grounds for exclusion are applicable to the candidate and to ensure that the candidate meets all of...โ
Objective criteria for choosing the limited number of candidates
Candidates will be checked to ensure that none of the grounds for exclusion are applicable to the candidate and to ensure that the candidate meets all of the pass/fail criteria stated in the procurement documents. Each of the remaining candidates will be awarded marks for their responses to weighted objective criteria questions set out in the procurement documents. Provided that there are sufficient numbers of qualified candidates, the 4 candidates awarded the highest marks will be invited to submit tenders for the contract.
Show more Information about options
Options โ
Description of options:
โThe expected term of the contract will be 4 years with an option to extend for up to a further 2 years at the sole discretion of the Authority. Factors to...โ
Description of options
The expected term of the contract will be 4 years with an option to extend for up to a further 2 years at the sole discretion of the Authority. Factors to be taken into account in considering an extension of the contract will include (but may not be limited to) service requirements, contractor performance and continued funding availability.
2๏ธโฃ Scope of the procurement
Title: Mystery shopper survey services
Title
Lot Identification Number: 2
Description
Description of the procurement:
โThe services include the performance of mystery shopper surveys on all contracted public transport services operating in Ireland, including PSO bus services...โ
Description of the procurement
The services include the performance of mystery shopper surveys on all contracted public transport services operating in Ireland, including PSO bus services in the Dublin area, PSO bus services outside Dublin, Iarnrรณd รireann passenger services, and Luas services. Surveys are to be conducted continuously and reported on a regular basis.
Show more Scope of the procurement
Estimated total value excluding VAT: EUR 4 000 000 ๐ฐ
Description
Description of renewals:
โThe contract will be renewed pursuant to a future contract notice following its expiry. The expected term of the contract will be four years with an option...โ
Description of renewals
The contract will be renewed pursuant to a future contract notice following its expiry. The expected term of the contract will be four years with an option to extend for up to a further 2 years at the sole discretion of the Authority.
Show more Information about the limits on the number of candidates to be invited
Objective criteria for choosing the limited number of candidates:
โCandidates will be checked to ensure that none of the grounds for exclusion are applicable to the candidate and to ensure that the candidate meets all of...โ
Objective criteria for choosing the limited number of candidates
Candidates will be checked to ensure that none of the grounds for exclusion are applicable to the candidate and to ensure that the candidate meets all of the pass/fail criteria stated in the procurement documents. Each of the remaining candidates will be awarded marks for their responses to weighted objective criteria questions set out in the procurement documents. Provided that there are sufficient numbers of qualified candidates, the four candidates awarded the highest marks will be invited to submit tenders for the contract.
Show more Information about options
Description of options:
โThe expected term of the contract will be four years with an option to extend for up to a further 2 years at the sole discretion of the Authority. Factors...โ
Description of options
The expected term of the contract will be four years with an option to extend for up to a further 2 years at the sole discretion of the Authority. Factors to be taken into account in considering an extension of the contract will include (but may not be limited to) service requirements, contractor performance and continued funding availability.
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.
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
Procedure Type of procedure
Restricted procedure
Administrative information
Time limit for receipt of tenders or requests to participate: 2018-10-01
12:00 ๐
Languages in which tenders or requests to participate may be submitted: English ๐ฃ๏ธ
The time frame below is expressed in number of months.
Minimum time frame during which the tenderer must maintain the tender: 6
Complementary information Information about recurrence
This is a recurrent procurement โ
Estimated timing for further notices to be published: 72 months
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:
โPrecise information on deadline(s) for review procedures:
As set out in S.I. No. 130/2010 European Communities (Public Authorities' Contracts) (Review...โ
Precise information on deadline(s) for review procedures
Precise information on deadline(s) for review procedures:
As set out in S.I. No. 130/2010 European Communities (Public Authorities' Contracts) (Review Procedures) Regulations 2010 (in particular Regulation 7 thereof).
Show more
Source: OJS 2018/S 164-374826 (2018-08-24)