The scope of services is for the provision of specialist advice in the field of contactless EMV payments in order to facilitate the development and implementation of NTAโs strategy for introducing EMV for paying for passenger transport services.
The Authority is not seeking to appoint a team of advisors and the services are for the provision of one individual EMV Specialist.
The contract has two stages and additional detail on these stages are contained within the tender documents.
Deadline
The time limit for receipt of tenders was 2019-05-16.
The procurement was published on 2019-04-11.
Suppliers
The following suppliers are mentioned in award decisions or other procurement documents:
Object Scope of the procurement
Title: Invitation to Tender for the Provision of EMV Specialist Services
Products/services: Financial consultancy, financial transaction processing and clearing-house services๐ฆ
Short description:
โThe scope of services is for the provision of specialist advice in the field of contactless EMV payments in order to facilitate the development and...โ
Short description
The scope of services is for the provision of specialist advice in the field of contactless EMV payments in order to facilitate the development and implementation of NTAโs strategy for introducing EMV for paying for passenger transport services.
The Authority is not seeking to appoint a team of advisors and the services are for the provision of one individual EMV Specialist.
The contract has two stages and additional detail on these stages are contained within the tender documents.
Show more
Estimated value excluding VAT: EUR 200 000 ๐ฐ
The scope of services is for the provision of specialist advice in the field of contactless EMV payments in order to facilitate the development and implementation of NTAโs strategy for introducing EMV for paying for passenger transport services.
While any interested party may tender, the Authority is not seeking to appoint a team of advisors and the services are for the provision of one individual EMV Specialist.
(a) Stage 1 will include attendance at strategic planning workshops and providing input and advice on the implementation of the transit models of contactless EMV acceptance (which will specifically include aggregation under Model 2); financial modelling of the cost of contactless acceptance; assistance with the development of governance and risk management processes necessary for the acceptance of contactless EMV in a transit environment; advice on procurement strategy for acquirer and PSP services, consultation with local issuers and input into the implementation strategy, as well as the documentation of processes and guidelines and other documentation.
(b) Stage 2 will involve support on an ad-hoc basis as required by NTA with market consultation, meetings with various stakeholders including issuers, input into procurement and implementation advice.
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 200 000 ๐ฐ
Duration of the contract, framework agreement or dynamic purchasing system
The time frame below is expressed in number of months.
Description
Duration: 24
Duration of the contract, framework agreement or dynamic purchasing system
This contract is subject to renewal โ Description
Description of renewals:
โThe option to extend will be on an annual basis after the initial 2 year, up to a maximum total 4 year contract. The option to extend rests solely with the...โ
Description of renewals
The option to extend will be on an annual basis after the initial 2 year, up to a maximum total 4 year contract. The option to extend rests solely with the Authority and will be based on service requirements, supplier performance and the availability of funding.
Legal, economic, financial and technical information Conditions for participation
List and brief description of conditions: As stated 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 stated 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
Open procedure
Administrative information
Time limit for receipt of tenders or requests to participate: 2019-05-16
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
Conditions for opening of tenders: 2019-05-16
12:00 ๐
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 2019/S 074-175779 (2019-04-11)
Contract award notice (2019-09-19) Object Scope of the procurement
Total value of the procurement (excluding VAT): EUR 160 000 ๐ฐ
Award criteria
Quality criterion (name): Experience
Quality criterion (weighting): 60
Quality criterion (name): Qualifications
Quality criterion (weighting): 10
Price (weighting): 30
Procedure Administrative information
Previous publication concerning this procedure: 2019/S 074-175779
Award of contract
1๏ธโฃ
Contract Number: 1
Title: Invitation to Tender for the Provision of EMV Specialist Services
Date of conclusion of the contract: 2019-08-15 ๐
Information about tenders
Number of tenders received: 5
Number of tenders received from SMEs: 4
Number of tenders received from tenderers from other EU Member States: 4
Number of tenders received from tenderers from non-EU Member States: 1
Number of tenders received by electronic means: 5
Name and address of the contractor
Name: Rebel Transit and Ticketing BV
Postal address: Wijnhave 23, 3011WH
Postal town: Rotterdam
Country: Netherlands ๐ณ๐ฑ
Region: Nederland ๐๏ธ
The contractor is an SME โ Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 160 000 ๐ฐ
Complementary information 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
Source: OJS 2019/S 183-446265 (2019-09-19)