The NTA intends to significantly expand and improve public transport services in the coming years and is doing so through initiatives such as BusConnects and Connecting Ireland. There will be additional services/routes and vehicles, and higher customer expectations for reliability of journey times, interchange and durations, and so the need for tools to assist with the provision of good quality services as well as to deliver reliable Real Time Passenger Information (RTPI) will only increase in the future. The NTA aims to establish a contract with a suitable supplier, which will replace the existing public transport bus AVL systems and provide, operate and maintain a national AVL system for its PSO Bus Operators and include an AVL Lite solution offering to Local Link Services, smaller Bus Operators and Commercial Bus Operators.
Deadline
The time limit for receipt of tenders was 2021-11-03.
The procurement was published on 2021-09-08.
Suppliers
The following suppliers are mentioned in award decisions or other procurement documents:
Object Scope of the procurement
Title:
“Provision and Operation of Next Generation Automatic Vehicle Location Systems and Services”
Products/services: Support services for land, water and air transport📦
Short description:
“The NTA intends to significantly expand and improve public transport services in the coming years and is doing so through initiatives such as BusConnects...”
Short description
The NTA intends to significantly expand and improve public transport services in the coming years and is doing so through initiatives such as BusConnects and Connecting Ireland. There will be additional services/routes and vehicles, and higher customer expectations for reliability of journey times, interchange and durations, and so the need for tools to assist with the provision of good quality services as well as to deliver reliable Real Time Passenger Information (RTPI) will only increase in the future. The NTA aims to establish a contract with a suitable supplier, which will replace the existing public transport bus AVL systems and provide, operate and maintain a national AVL system for its PSO Bus Operators and include an AVL Lite solution offering to Local Link Services, smaller Bus Operators and Commercial Bus Operators.
The contract includes but not limited to, the following, high-level requirements within its scope:
• An AVL system that could be used by any licenced Bus Operator in any part of the island of
Ireland;
• A replacement of Dublin Bus's current AVL system, which currently services 1,000 buses and has been in operation since 2010.This will include interfacing to Dublin Bus’s existing PMR system for voice communication only (supplied by Tait Communications);
• A replacement of Go Ahead’s two BMO AVL Systems, one with 161 buses (since 2018) and another with 35 buses (since 2019);
• A replacement of Bus Éireann’s AVL system, which services 600 buses and has been in operation since 2008;
• A replacement of Bus Éireann’s BMO AVL systems in Waterford, which services 17 buses and has been in operation since 2019;
• A hosted back office to process the information and circulate it to the relevant channels, e.g. the national journey planner, RTPI, service control, reporting etc.;
• A Prediction Generator that processes all Bus Operators’ AVL data in the most appropriate way and supplies accurate estimated time of arrival data to existing and new RTPI channels;
• A contract management and operational management tool, enabling the NTA to effectively manage and report on the licensed bus operations being run;
• A method of counting passengers on and off buses, to assist with capacity management, along with some additional functionality that will help increase accessibility of the bus network, such as wheelchair sensors and hearing loops;
• The supply of a compatible AVL Lite system, for bus services that do not require full AVL that shall enable further public transport services to be added relatively inexpensively to RTPI channels and which will enable the NTA to monitor such services. This may include school bus services, Local Link services (scheduled and DRT services including mini-bus services), and services provided by licenced privately owned bus transport providers;
• A method of providing real-time AVL data to urban traffic control systems to facilitate bus priority at traffic signals; and
• Services that are managed or outsourced in their entirety to the service provider, including comprehensive ICT Security and ICT Management requirements that are maintained and kept up-to-date.
Note - All replacement systems will involve supply, installation, configuration and commissioning of on-bus equipment, including establishing interfaces to existing on-bus equipment, provision
of service control tools and supply of any other systems and equipment necessary to enable the delivery of the outputs.
The Successful Tenderer shall be responsible for the design, development, configuration, testing, commissioning, operation, support and maintenance of the NG AVL system.
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: 96
Duration of the contract, framework agreement or dynamic purchasing system
This contract is subject to renewal ✅ Description
Description of renewals:
“It is anticipated that the term of the Contract will be for eight (8) years from the Operational Services Start Date [(“OSSD”), which will follow the...”
Description of renewals
It is anticipated that the term of the Contract will be for eight (8) years from the Operational Services Start Date [(“OSSD”), which will follow the acceptance of the system and services ], with options for the NTA to extend at expiry of the initial term for any period or succession of periods up to a four (4) years (2 years + 1 year + 1 year). 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.
Scope of the procurement
Information about European Union funds: The project may be part funded through EIB.
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.
Procedure Type of procedure
Negotiated procedure with prior call for competition
Administrative information
Previous publication concerning this procedure: 2019/S 142-349590
Time limit for receipt of tenders or requests to participate: 2021-11-03
12:00 📅
Estimated date of dispatch of invitations to tender or to participate to selected candidates: 2022-03-11 📅
Languages in which tenders or requests to participate may be submitted: English 🗣️
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
“The contracting authority will not be responsible for any costs, charges or expenses incurred by tenderers relating to this contract award procedure...”
The contracting authority will not be responsible for any costs, charges or expenses incurred by 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 Dublin 7 D7 Dublin
Postal town: Dublin
Postal code: D7
Country: Ireland 🇮🇪
Phone: +353 18886000📞
E-mail: highcourtcentraloffice@courts.ie📧
Fax: +353 18886125 📠
URL: www.courts.ie🌏 Review procedure
Precise information on deadline(s) for review procedures:
“Precise information on deadline(s) for review procedures:
As set out in S.I. No. 131/2010 - European Communities (Award of Contracts by Utility...”
Precise information on deadline(s) for review procedures
Precise information on deadline(s) for review procedures:
As set out in S.I. No. 131/2010 - European Communities (Award of Contracts by Utility Undertakings) (Review Procedures) Regulations 2010.
Show more
Source: OJS 2021/S 177-462435 (2021-09-08)
Contract award notice (2023-12-22) Contracting authority Name and addresses
Postal town: Dublin
Postal code: D2
E-mail: procurement@nationaltransport.ie📧
Object Scope of the procurement
Total value of the procurement (excluding VAT): EUR 68 518 582 💰
Award criteria
Quality criterion (name): Quality total
Quality criterion (weighting): 60%
Price (weighting): 40%
Information about options
Options ✅
Description of options:
“The contract duration is two years of mobilisation and eight years from the operational services start date. The mobilisation and operational period will...”
Description of options
The contract duration is two years of mobilisation and eight years from the operational services start date. The mobilisation and operational period will overlap as operations will start on the operational start date, which will be during the pilot implementation, but rollout will continue for twelve to eighteen months longer. The contract will include an option for the NTA to extend the term for a further period or periods of up to four years in total in accordance with the provisions of the contract.
Show more Description
Additional information:
“Contract Value: The figure in II.1.7 includes the capital cost for set up, the operational costs for the maximum contract term and notional additional...”
Additional information
Contract Value: The figure in II.1.7 includes the capital cost for set up, the operational costs for the maximum contract term and notional additional payments. Additional payments may include priced options, additional equipment and additional resources. An estimate of the additional payments that may be required during the term have been included in the final business case cost estimates.
Procedure Administrative information
Previous publication concerning this procedure: 2021/S 177-462435
Award of contract
1️⃣
Contract Number: 1
Title:
“Provision and Operation of Next Generation Automatic Vehicle Location Systems and Services”
Date of conclusion of the contract: 2023-12-08 📅
Information about tenders
Number of tenders received: 3
Number of tenders received from tenderers from other EU Member States: 2
Number of tenders received from tenderers from non-EU Member States: 1
Number of tenders received by electronic means: 3
Name and address of the contractor
Name: Trapeze Group UK Limited
Postal address: Bewley House, Marshfield Rd
Postal town: Chippenham
Postal code: SN15 1JW
Country: United Kingdom 🇬🇧
Phone: +44 8082811039📞
E-mail: info.uk@trapezegroup.com📧
Region: United Kingdom 🏙️
URL: https://trapezegroup.co.uk/🌏
The contractor is an SME
Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 68 518 581 💰
Complementary information Additional information
The contract was novated to Trapeze ITS UK Limited on 14 December 2023.
Source: OJS 2023/S 249-790749 (2023-12-22)