Contract notice

Information

Published

Date of dispatch of this notice: 02/04/2015

Expire date: 25/05/2015

External Reference: 2015-546787

TED Reference: 2015/S 067-119847

Contract notice

Cached Version

Contract notice

Classic Sector

Directive 2004/18/EC

Services

Section I: Contracting authority

I.1)

Name, addresses and contact point(s)

National Roads Authority ( NRA )
N/A
St Martin's House
Waterloo Road  Dublin 4
IE
For the attention of: Mary Bowe
Telephone: +353 16658700
E-mail: mbowe@nra.ie
Fax: +353 16680009
Internet address(es):
General address of the contracting authority: http://www.nra.ie
Address of the buyer profile: http://irl.eu-supply.com/ctm/Supplier/CompanyInformation/Index/1153
Electronic access to information: http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=86615&B=ETENDERS_SIMPLE
Electronic submission of tenders and requests to participate: http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=86615&B=ETENDERS_SIMPLE
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for a dynamic purchasing system) can be obtained from:The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.2)

Type of the contracting authority

National or federal agency/office
I.3)

Main activity

  • Other: National Roads Authority
I.4)

Contract award on behalf of other contracting authorities

The contracting authority is purchasing on behalf of other contracting authorities: no

Section II: Object of the contract

II.1)

Description

II.1.1)

Title attributed to the contract by the contracting authority:

Framework Agreement for Technical Consultancy Services

II.1.2)

Type of contract and location of works, place of delivery or of performance

Services
    Category No12:  Architectural services; engineering services and integrated engineering services; urban planning and landscape engineering services; related scientific and technical consulting services; technical testing and analysis services
    Main site or location of works, place of delivery or of performance:

    Dublin 4

    NUTS code
    IRELAND
    II.1.3)

    Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)

    The notice involves the establishment of a framework agreement
    II.1.4)

    Information on framework agreement

    Framework agreement with several operators
    Number of participants to the framework agreement envisaged: 54
    Duration of the framework agreement
    Duration in years: 2
    Estimated total value of purchases for the entire duration of the framework agreement
    Estimated cost excluding VAT: 35000000  EUR
    Frequency and value of the contracts to be awarded:
    II.1.5)

    Short description of the contract or purchase(s)

    The National Roads Authority is acting as a central purchasing body in respect of six multi party framework agreements for the provision of technical consultancy services for delivery of National Roads Projects which are funded by the Contracting Authority, together with any ancillary services which may be inferred there from or be necessary to carry out the services, divided into six separate lots - 1a (8 participants), 1b (8 participants), 1c (8 participants), 2 (7 participants), 3a (5 participants) and 3b (8 participants).

    II.1.6)

    Common procurement vocabulary (CPV)

    71311000   Civil engineering consultancy services
    71313000   Environmental engineering consultancy services
    II.1.7)

    Information about Government Procurement Agreement (GPA)

    The contract is covered by the Government Procurement Agreement (GPA):  no
    II.1.8)

    Lots

    This contract is divided into lots:  yes
    Tenders may be submitted for  one or more lots
    II.1.9)

    Information about variants

    Variants will be accepted:  no
    II.2)

    Quantity or scope of the contract

    II.2.1)

    Total quantity or scope:

    The National Roads Authority is acting as a central purchasing body in respect of six multi party framework agreements for the provision of technical consultancy services for delivery of National Roads Projects which are funded by the Contracting Authority, together with any ancillary services which may be inferred there from or be necessary to carry out the services, divided into six separate lots:

    Lot 1a represents technical consultancy services for schemes with an estimated construction value up to €3m, general engineering services including advice and reports. These may be minor improvement schemes, pavement schemes or a combination of both.

    Lots 1b and 1c represent technical consultancy services for schemes with an estimated construction value greater than €3m and any other general technical consultancy services as may be required.

    Lot 1b relates to Phases 1 – 7 inclusive, where the client can call off any phase, part of a phase or any combination of phases.

    Lot 1c relates to Phases 6 – 7 inclusive together with operation and maintenance.

    Lot 2 relates to Environmental Specialists Consultancy Services.

    Lot 3a relates to ITS Specialist Consultancy Services.

    Lot 3b relates to Network Management Consultancy Services.

    II.2.2)

    Information about options

    Options: no
    II.2.3)

    Information about renewals

    This contract is subject to renewal: yes
    Number of possible renewals:  2
    In the case of renewable contracts, estimated time-frame for subsequent calls for competition: 
    in months: 12 (from the award of the contract)
    II.3)

    Duration of the contract or time limit for completion

    Duration in months: 024 (from the award of the contract)

    Information about lots

    Lot No: 1  Lot title: Framework Agreement for Technical Consultancy Services
    1)

    Short description:

    The National Roads Authority is acting as a central

    purchasing body in respect of six multi party

    framework agreements for the provision of technical

    consultancy services for delivery of National Roads

    Projects which are funded by the Contracting

    Authority, together with any ancillary services which

    may be inferred there from or be necessary to carry

    out the services, divided into six separate lots - 1a,

    1b, 1c, 2, 3a and 3b.

    2)

    Common procurement vocabulary (CPV)

    71311000   Civil engineering consultancy services
    71313000   Environmental engineering consultancy services
    3)

    Quantity or scope:

    4)

    Indication about different date for duration of contract or starting/completion

    5)

    Additional information about lots:

    Lot 1a represents technical consultancy services for schemes with an estimated construction value up to €3m, general engineering services including advice and reports. These may be minor improvement schemes, pavement schemes or a combination of both.

    Lots 1b and 1c represent technical consultancy services for schemes with an estimated construction value greater than €3m and any other general technical consultancy services as may be required.

    Lot 1b relates to Phases 1 – 7 inclusive, where the client can call off any phase, part of a phase or any combination of phases.

    Lot 1c relates to Phases 6 – 7 inclusive together with operation and maintenance.

    Lot 2 relates to Environmental Specialists Consultancy Services.

    Lot 3a relates to ITS Specialist Consultancy Services.

    Lot 3b relates to Network Management Consultancy Services.

    Section III: Legal, economic, financial and technical information

    III.1)

    Conditions relating to the contract

    III.1.1)

    Deposits and guarantees required:

    None

    III.1.2)

    Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them

    As outlined in the Tender Documents.

    III.1.3)

    Legal form to be taken by the group of economic operators to whom the contract is to be awarded:

    As outlined in the Tender Documents.

    III.1.4)

    Other particular conditions

    The performance of the contract is subject to particular conditions: no
    III.2)

    Conditions for participation

    III.2.1)

    Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers

    Information and formalities necessary for evaluating if the requirements are met:

    As outlined in the Tender Documents.

    III.2.2)

    Economic and financial ability

    Information and formalities necessary for evaluating if the requirements are met:

    As outlined in the Tender Documents.

    Minimum level(s) of standards possibly required:

    As outlined in the Tender Documents.

    III.2.3)

    Technical capacity

    Information and formalities necessary for evaluating if the requirements are met:

    As outlined in the Tender Documents.

    Minimum level(s) of standards possibly required:

    As outlined in the Tender Documents.

    III.3)

    Conditions specific to services contracts

    III.3.1)

    Information about a particular profession

    Execution of the service is reserved to a particular profession: no
    III.3.2)

    Staff responsible for the execution of the service

    Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no

    Section IV: Procedure

    IV.1)

    Type of procedure

    IV.1.1)

    Type of procedure

    Open
    IV.2)

    Award criteria

    IV.2.1)

    Award criteria

    The most economically advantageous tender in terms of , the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
    IV.2.2)

    Information about electronic auction

    An electronic auction will be used: no
    IV.3)

    Administrative information

    IV.3.2)

    Previous publication(s) concerning the same contract

    no
    IV.3.3)

    Conditions for obtaining specifications and additional documents or descriptive document

    Payable documents: no
    IV.3.4)

    Time limit for receipt of tenders or requests to participate

    25.05.2015 - 12:00
    IV.3.6)

    Language(s) in which tenders or requests to participate may be drawn up

    EN
    IV.3.8)

    Conditions for opening tenders

    Persons authorised to be present at the opening of tenders: no

    Section VI: Complementary information

    VI.1)

    Information about recurrence

    This is a recurrent procurement: no
    VI.2)

    Information about European Union funds

    The contract is related to a project and/or programme financed by European Union funds: no
    VI.4)

    Procedures for appeal

    VI.4.1)

    Body responsible for appeal procedures

     

    Body responsible for mediation procedures

    VI.4.2)

    Lodging of appeals

    Precise information on deadline(s) for lodging appeals:

    As outlined in the Tender Documents.

    VI.4.3)

    Service from which information about the lodging of appeals may be obtained