The authority intends to procure a nationwide multi-modal Account Based Ticketing (ABT) system supporting both public and private operated transport services, with the eventual aim of enabling the provision of Mobility as a Service 'MaaS' type offerings. The solution is expected to include the delivery of a fully functioning and fit for purpose ABT back office system including all necessary equipment, hosting, software, services and supporting systems. The solution is also expected to include the supply, configuration, installation and maintenance of all fare collection equipment for all public transport operators, capable of accepting and validating contactless back cards (as well as mobile phone based), QR Codes, Transport for Ireland (TFI) Leap Cards, Free Travel Cards, secure tokens and other forms of payment.
Deadline
The time limit for receipt of tenders was 2020-10-30.
The procurement was published on 2020-09-04.
Object Scope of the procurement
Title: Next Generation Ticketing
Products/services: IT services: consulting, software development, Internet and support๐ฆ
Short description:
โThe authority intends to procure a nationwide multi-modal Account Based Ticketing (ABT) system supporting both public and private operated transport...โ
Short description
The authority intends to procure a nationwide multi-modal Account Based Ticketing (ABT) system supporting both public and private operated transport services, with the eventual aim of enabling the provision of Mobility as a Service 'MaaS' type offerings. The solution is expected to include the delivery of a fully functioning and fit for purpose ABT back office system including all necessary equipment, hosting, software, services and supporting systems. The solution is also expected to include the supply, configuration, installation and maintenance of all fare collection equipment for all public transport operators, capable of accepting and validating contactless back cards (as well as mobile phone based), QR Codes, Transport for Ireland (TFI) Leap Cards, Free Travel Cards, secure tokens and other forms of payment.
Show more
Estimated value excluding VAT: EUR 2 762 000 000 ๐ฐ
Nationwide multi-modal Account Based Ticketing (ABT) system supporting public and private transport services, with the aim of enabling Mobility as a Service 'MaaS' offerings, including:
โข fully functioning and fit for purpose ABT back office system, all necessary equipment, hosting, software, services and supporting systems, for all modes of transit across Ireland including Regional/Commuter/Urban Bus, Heavy Rail, Light Rail, Rural Bus, Commercial Bus Operators and MetroLink;
โข supply, configuration, installation, maintenance of fare collection equipment (including ticket vending machines, gates, validators, on-board and mobile ticket machines, and supporting equipment and services), capable of accepting and validating (at a minimum) cEMV contactless bank cards (as well as mobile phone based), QR Codes, TFI Leap Cards, PSC Free Travel Cards and secure tokens in order to verify entitlement to travel, and enable all necessary supporting elements (e.g. field devices and software, back-office integration and associated services);
โข provision of payment gateway and potentially, acquirer services, for solution payments and tokens including e.g. cEMV contactless bank cards, mobile, web and retail;
โข integration of solution with legacy systems including;
โ TFI Leap Card back office;
โ NTAโs financial management system and any future replacement system;
โ NTAโs contact centre service provision solution and associated CRM for customer facing services;
โ existing and future automatic vehicle location systems and on-bus ticketing machines
โข provision of test life cycle management including fully functioning test centre in Dublin, test automation tools to enable full end to end test and verification of the solution by both NTA and the supplier;
โข provision of wired and wireless secure communications links;
โข compliance with the NTAโs IT security and privacy and data protection policies and with security and privacy good practice standards;
โข provision, support and maintenance of web and mobile applications and a full suite of relevant APIโs for customer self-service functions integrated into NGT Solution;
โข provision, support and maintenance of integration of customer facing applications and/or the NGT Solution with NTAโs single sign-on platform, journey planner and/or real-time applications;
โข management of the NGT solution under a service level agreement, service delivery, system integration, asset lifecycle management; compliance with security and privacy regulations, configuration management, certifications and standards; end-to-end solution and integration maintenance and back office support services;
โข migration of the TFI Leap Card system into the NGT Solution (e.g. converting TFI Leap Cards into secure tokens which may include providing a virtualised TFI Leap Card smart card or replacement thereof);
โข integration with third party MaaS mobility providers/schemes;
โข provide point-of-sale services for handling loading of value or tickets into customersโ accounts in the NGT Solution as well as to sell paper based QR Codes for travel and to sell secure tokens (such as white-label cEMV contactless ABT cards);
โข integration with any new systems acquired e.g. future RTPI/AVL solutions that could potentially be procured separately by the NTA outside of the scope of this PQQ;
โข integration/migration of other NTA ticket schemes such as TaxSaver, YASC, etc. into the overall NGT Solution;
โข provision of white-label cEMV contactless ABT cards both physical and virtual;
โข incorporation/migration of an existing mobile ticketing solution (currently under a separate contract with the NTA) into the overall NGT Solution;
โข implementation of emerging technologies, such as, UK Finance (formally the UK Card Association) โcEMV Model 3โ type functionality, Check in/Check out, Be In/Be Out, etc.
โข any necessary refresh of ticketing equipment required during the framework agreement duration to ensure all components are on supported versions of software.
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 2 762 000 000 ๐ฐ
Duration of the contract, framework agreement or dynamic purchasing system
The time frame below is expressed in number of months.
Description
Duration: 120
Duration of the contract, framework agreement or dynamic purchasing system
This contract is subject to renewal โ Description
Description of renewals:
โThe expected term of the framework agreement is for 10 years of operations services (excluding initial set up) with an option to extend for up to a further...โ
Description of renewals
The expected term of the framework agreement is for 10 years of operations services (excluding initial set up) with an option to extend for up to a further 10 years at the sole discretion of the NTA, in one or more extensions. The option to extend rests solely with the NTA.
Show more Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
Objective criteria for choosing the limited number of candidates: See procurement documents.
Information about variants
Variants will be accepted โ Scope of the procurement
Information about European Union funds: The project may be part funded through EIB.
Description
Additional information:
โThe contract value (2.6) is an estimate over a 20-year horizon, is provided for indicative purposes only. There is no guaranteed expenditure under the...โ
Additional information
The contract value (2.6) is an estimate over a 20-year horizon, is provided for indicative purposes only. There is no guaranteed expenditure under the framework agreement. Actual expenditure depends on the pricing submitted by the successful tenderer and the quantum and frequency of call-off contracts. No commitments can be entered into without approvals under the Public Spending Code.
Legal, economic, financial and technical information Conditions for participation
List and brief description of conditions: See 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 for participation
List and brief description of rules and criteria: See procurement documents.
Deposits and guarantees required: See procurement documents.
Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them: See procurement documents.
Legal form to be taken by the group of economic operators to whom the contract is to be awarded: See procurement documents.
Conditions related to the contract
Contract performance conditions: See 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
Competitive dialogue
Information about a framework agreement or a dynamic purchasing system
Framework agreement with a single operator
Description
In the case of framework agreements, provide justification for any duration exceeding 8 years:
โThe duration is based on need for availability of NGT for at least 20 years, failing which NTAโs business would be negatively impacted by longer journeys,...โ
In the case of framework agreements, provide justification for any duration exceeding 8 years
The duration is based on need for availability of NGT for at least 20 years, failing which NTAโs business would be negatively impacted by longer journeys, limited fare options, no fares integration and fare evasion; need for phased roll-out on long term projects; need to take advantage of new technologies and meet demands of changing consumer market, avoiding disruption to major projects.
Show more Information about reduction of the number of solutions or tenders during negotiation or dialogue
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated
Administrative information
Previous publication concerning this procedure: 2019/S 224-550582
Time limit for receipt of tenders or requests to participate: 2020-10-30
17:30 ๐
Estimated date of dispatch of invitations to tender or to participate to selected candidates: 2020-12-01 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: 12
Complementary information Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
Additional information
โNTA reserve the right to omit the acquirer services from the scope of this framework agreement and procure them under a separate contract. Candidates are...โ
NTA reserve the right to omit the acquirer services from the scope of this framework agreement and procure them under a separate contract. Candidates are thus not required to include an Acquirer in their PQQ submission at this stage. Where the acquirer services are procured under this framework agreement, NTA reserve the right to approve the provider of the acquirer services proposed by the successful candidate.
Show more Review body
Name: High Court of Ireland
Postal address: Four Courts, Ground Floor (East Wing), Inns Qua
Postal town: Dublin
Postal code: D7
Country: Ireland ๐ฎ๐ช
Phone: +353 18886000๐
E-mail: highcourtcentraloffice@courts.ie๐ง
Fax: +353 18886125 ๐
URL: www.courts.ie๐ Review procedure
Precise information on deadline(s) for review procedures:
โAs set out in S.I. No 131/2010 โ European Communities (Award of Contracts by Utility Undertakings) (Review Procedures) Regulations 2010.โ
Source: OJS 2020/S 175-423717 (2020-09-04)