Pre-Qualification Questionnaire for the Provision of Fare Evasion Survey Services

A total of approximately 15,500 individual passenger Fare Evasion Surveys will be required to be completed per quarter. The contracted services that will be surveyed under this agreement include the following defined networks: 1. Greater Dublin Metropolitan Area bus services (currently contracted to Dublin Bus); 2. Outer Dublin Metropolitan Area …

CPV: 79000000 Poslovne usluge: pravo, marketing, savjetovanje, zapošljavanje, tiskanje i sigurnost, 79300000 Tržišno i ekonomsko istraživanje: anketiranje i statistika, 79311000 Usluge anketiranja, 79311300 Usluge analize anketa, 79342310 Usluge anketiranja klijenata, 79342311 Ankete o zadovoljstvu klijenata, 45214600 Građevinski radovi na zgradama za istraživanja, 79315000 Usluge društvenih istraživanja, 79310000 Usluge istraživanja tržišta, 79311400 Usluge ekonomskog istraživanja, 73000000 Usluge na području istraživanja i razvoja i s tim povezane usluge savjetovanja
mjesto izvršenja:
Pre-Qualification Questionnaire for the Provision of Fare Evasion Survey Services
registar:
National Transport Authority_1149
nagradni broj:
0

1. Buyer

1.1 Buyer

Official name : National Transport Authority_1149
Legal type of the buyer : Body governed by public law
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Pre-Qualification Questionnaire for the Provision of Fare Evasion Survey Services
Description : A total of approximately 15,500 individual passenger Fare Evasion Surveys will be required to be completed per quarter. The contracted services that will be surveyed under this agreement include the following defined networks: 1. Greater Dublin Metropolitan Area bus services (currently contracted to Dublin Bus); 2. Outer Dublin Metropolitan Area bus services (due to be split into North and South) (currently contracted to Go Ahead Ireland); 3. W Orbital routes W4 and W6 (currently contracted to Go Ahead Ireland); 4. Dublin Commuter bus services (currently contracted to Go Ahead Ireland); 5. Regional, City, Town and Rural bus services (currently contracted to Bus Éireann and Other Operators); 6. Waterford City bus services (currently contracted to Bus Éireann); 7. East Coast Commuter (currently contracted to Bus Éireann); 8. DART and Commuter Rail Services (currently contracted to Irish Rail); and 9. Intercity/Regional Rail services (currently contracted to Irish Rail). For each of the contracted services 1-9 listed above, the following key outputs will be required: • Measurement of the fare evasion rate in each period and quarter for all specified networks; • Usage of all ticket types (e.g. Leap Card, paper/cash ticket, DSP/Free Travel Scheme use); • Passenger type (e.g. adult, child, student/young person, DSP); • Fare Paid and Effective Journey Value associated with ticket type and passenger type; • Day of the week and timeframe surveys falls into (‘survey strata’); • Route name/number and direction of travel; • Boarding and alighting stop/station; The surveys will run quarterly with each quarter being made up of a number of four-week survey periods. The survey week shall be divided into thirteen different survey timeframe strata and network route groupings for the relevant network. The timeframe strata are: • Monday to Friday: 0600-1000, 1000-1600, 1600-1900, 1900-2400; 2400-0600 • Saturdays: 0600-1200, 1200-1900, 1900-2400; 2400-0600 • Sundays: 0630-1200, 1200-1900, 1900-2400; 2400-0600
Procedure identifier : 412f7a41-5034-4eb5-a59b-a0f349b83f09
Type of procedure : Restricted

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 79000000 Business services: law, marketing, consulting, recruitment, printing and security
Additional classification ( cpv ): 79300000 Market and economic research; polling and statistics
Additional classification ( cpv ): 79311000 Survey services
Additional classification ( cpv ): 79311300 Survey analysis services
Additional classification ( cpv ): 79342310 Customer survey services
Additional classification ( cpv ): 79342311 Customer satisfaction survey
Additional classification ( cpv ): 45214600 Construction work for research buildings
Additional classification ( cpv ): 79315000 Social research services
Additional classification ( cpv ): 79310000 Market research services
Additional classification ( cpv ): 79311400 Economic research services
Additional classification ( cpv ): 73000000 Research and development services and related consultancy services

2.1.2 Place of performance

Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland

2.1.3 Value

Estimated value excluding VAT : 2 424 066 Euro

2.1.4 General information

The procedure will be relaunched if cancelled or unsuccessful
Legal basis :
Directive 2014/24/EU

2.1.6 Grounds for exclusion

Sources of grounds for exclusion : European Single Procurement Document (ESPD)

5. Lot

5.1 Lot technical ID : LOT-0001

Title : Pre-Qualification Questionnaire for the Provision of Fare Evasion Survey Services
Description : A total of approximately 15,500 individual passenger Fare Evasion Surveys will be required to be completed per quarter. The contracted services that will be surveyed under this agreement include the following defined networks: 1. Greater Dublin Metropolitan Area bus services (currently contracted to Dublin Bus); 2. Outer Dublin Metropolitan Area bus services (due to be split into North and South) (currently contracted to Go Ahead Ireland); 3. W Orbital routes W4 and W6 (currently contracted to Go Ahead Ireland); 4. Dublin Commuter bus services (currently contracted to Go Ahead Ireland); 5. Regional, City, Town and Rural bus services (currently contracted to Bus Éireann and Other Operators); 6. Waterford City bus services (currently contracted to Bus Éireann); 7. East Coast Commuter (currently contracted to Bus Éireann); 8. DART and Commuter Rail Services (currently contracted to Irish Rail); and 9. Intercity/Regional Rail services (currently contracted to Irish Rail). For each of the contracted services 1-9 listed above, the following key outputs will be required: • Measurement of the fare evasion rate in each period and quarter for all specified networks; • Usage of all ticket types (e.g. Leap Card, paper/cash ticket, DSP/Free Travel Scheme use); • Passenger type (e.g. adult, child, student/young person, DSP); • Fare Paid and Effective Journey Value associated with ticket type and passenger type; • Day of the week and timeframe surveys falls into (‘survey strata’); • Route name/number and direction of travel; • Boarding and alighting stop/station; The surveys will run quarterly with each quarter being made up of a number of four-week survey periods. The survey week shall be divided into thirteen different survey timeframe strata and network route groupings for the relevant network. The timeframe strata are: • Monday to Friday: 0600-1000, 1000-1600, 1600-1900, 1900-2400; 2400-0600 • Saturdays: 0600-1200, 1200-1900, 1900-2400; 2400-0600 • Sundays: 0630-1200, 1200-1900, 1900-2400; 2400-0600
Internal identifier : 0

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 79000000 Business services: law, marketing, consulting, recruitment, printing and security
Additional classification ( cpv ): 79300000 Market and economic research; polling and statistics
Additional classification ( cpv ): 79311000 Survey services
Additional classification ( cpv ): 79311300 Survey analysis services
Additional classification ( cpv ): 79342310 Customer survey services
Additional classification ( cpv ): 79342311 Customer satisfaction survey
Additional classification ( cpv ): 45214600 Construction work for research buildings
Additional classification ( cpv ): 79315000 Social research services
Additional classification ( cpv ): 79310000 Market research services
Additional classification ( cpv ): 79311400 Economic research services
Additional classification ( cpv ): 73000000 Research and development services and related consultancy services

5.1.2 Place of performance

Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Additional information :

5.1.3 Estimated duration

Duration : 48 Month

5.1.5 Value

Estimated value excluding VAT : 2 424 066 Euro

5.1.6 General information

Reserved participation : Participation is not reserved.
Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : yes
This procurement is also suitable for small and medium-sized enterprises (SMEs) : yes

5.1.9 Selection criteria

Sources of selection criteria : European Single Procurement Document (ESPD)

5.1.10 Award criteria

Criterion :
Type : Quality
Description : As detailed in Procurement Document
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 100

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : English
Languages in which the procurement documents (or their parts) are unofficially available : English
Deadline for requesting additional information : 27/10/2025 00:00 +01:00

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : English
Electronic catalogue : Not allowed
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of expressions of interest : 07/11/2025 12:00 +01:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No

5.1.15 Techniques

Framework agreement :
No framework agreement
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : The High Court of Ireland
Organisation providing additional information about the procurement procedure : National Transport Authority_1149
Organisation providing offline access to the procurement documents : National Transport Authority_1149
Organisation providing more information on the review procedures : The High Court of Ireland
Organisation receiving requests to participate : National Transport Authority_1149
Organisation processing tenders : National Transport Authority_1149

8. Organisations

8.1 ORG-0001

Official name : National Transport Authority_1149
Registration number : 119868
Postal address : Haymarket House Smithfield Dublin 7
Town : Dublin
Postcode : D07 CF98
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Telephone : 018798300
Roles of this organisation :
Buyer
Organisation providing additional information about the procurement procedure
Organisation providing offline access to the procurement documents
Organisation receiving requests to participate
Organisation processing tenders

8.1 ORG-0002

Official name : The High Court of Ireland
Registration number : The High Court of Ireland
Department : The High Court of Ireland
Postal address : Four Courts, Inns Quay, Dublin 7
Town : Dublin
Postcode : D07 WDX8
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Telephone : +353 1 8886000
Roles of this organisation :
Review organisation
Organisation providing more information on the review procedures

8.1 ORG-0003

Official name : European Dynamics S.A.
Registration number : 002024901000
Department : European Dynamics S.A.
Town : Athens
Postcode : 15125
Country subdivision (NUTS) : Βόρειος Τομέας Αθηνών ( EL301 )
Country : Greece
Telephone : +30 2108094500
Roles of this organisation :
TED eSender

Notice information

Notice identifier/version : 749eb795-1498-4c75-ac69-4c64b92e453d - 01
Form type : Competition
Notice type : Prior information notice or a periodic indicative notice used as a call for competition – standard regime
Notice dispatch date : 07/10/2025 08:30 +01:00
Languages in which this notice is officially available : English
Notice publication number : 00660203-2025
OJ S issue number : 193/2025
Publication date : 08/10/2025