Contract notice - utilities

Information

Published

Date of dispatch of this notice: 01/08/2017

Expire date: 22/09/2017

External Reference: 2017-051331

TED Reference: 2017/S 147-305120

Contract notice - utilities

Cached Version

Contract notice – utilities

Services

Directive 2014/25/EU

Section I: Contracting entity

I.1)

Name and addresses

National Transport Authority
N/A
Dun Sceine, Iveagh Court, Harcourt Lane
Dublin 2
D02WT20
IE
Contact person: Mark Bradwell
Telephone: +353 01-8798300
Fax: +353 01-8798333
NUTS code:  IE021 -  Dublin
Internet address(es):
I.3)

Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at:  
http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=116653&B=ETENDERS_SIMPLE
Additional information can be obtained from
the abovementioned address:  
Tenders or requests to participate must be submitted
to the abovementioned address
I.6)

Main activity

Urban railway, tramway, trolleybus or bus services

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Invitation to Tender for a Public Service Contract for the provision of public bus services in Kilkenny City
II.1.2)

Main CPV code

60112000  -  Public road transport services
II.1.3)

Type of contract

Services
II.1.4)

Short description

The National Transport Authority requires an operator to operate two reliable and punctual bus services in Kilkenny City:
• Green Route – 8.5km long with 13 stops between termini;
• Red Route – 8.7km long with 19 stops between termini.
It is envisaged that each route will operate a service every 30 minutes Monday to Saturday and an hourly service on Sunday. Departures between routes will be coordinated so that a 15 minute service is maintained on the trunk section of the routes in the city centre. Services are envisaged to run from 07:00 to 22:00 on weekdays, with a slightly later start and finish time on Saturdays. Sundays will have a shorter operating day. Further details of the indicative routes can be found in Appendix A of the attached Information Memorandum.
II.1.6)

Information about lots

This contract is divided into lots: no
II.2)

Description

II.2.2)

Additional CPV code(s)

50113000  -  Repair and maintenance services of buses
60100000  -  Road transport services
60130000  -  Special-purpose road passenger-transport services
60170000  -  Hire of passenger transport vehicles with driver
60172000  -  Hire of buses and coaches with driver
II.2.3)

Place of performance

NUTS code:  IE02 -  Southern and Eastern
Main site or place of performance:  
Kilkenny
II.2.4)

Description of the procurement

The National Transport Authority requires an operator to operate two reliable and punctual bus services in Kilkenny City:
• Green Route – 8.5km long with 13 stops between termini;
• Red Route – 8.7km long with 19 stops between termini.
It is envisaged that each route will operate a service every 30 minutes Monday to Saturday and an hourly service on Sunday. Departures between routes will be coordinated so that a 15 minute service is maintained on the trunk section of the routes in the city centre. Services are envisaged to run from 07:00 to 22:00 on weekdays, with a slightly later start and finish time on Saturdays. Sundays will have a shorter operating day. Further details of the indicative routes can be found in Appendix A of the attached Information Memorandum.
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 36
This contract is subject to renewal: yes
Description of renewals:  
The expected duration of the Contract is for 3 years, with an option for a 2 year extension.
II.2.9)

Information about the limits on the number of candidates to be invited

Maximum number: 6
Objective criteria for choosing the limited number of candidates:
As set out in the tender documents.
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: no
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no

Section III: Legal, economic, financial and technical information

III.1)

Conditions for participation

III.1.1)

Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:  As set out in the tender documents.
III.1.2)

Economic and financial standing

List and brief description of selection criteria:  
As set out in the tender documents.
Minimum level(s) of standards possibly required:  
As set out in the tender documents.
III.1.3)

Technical and professional ability

List and brief description of selection criteria:  
As set out in the tender documents.
Minimum level(s) of standards possibly required:  
As set out in the tender documents.
III.1.4)

Objective rules and criteria for participation

List and brief description of rules and criteria: As set out in the tender documents.
III.1.6)

Deposits and guarantees required

As set out in the tender documents.
III.1.7)

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

As set out in the tender documents.
III.1.8)

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

As set out in the tender documents.
III.2)

Conditions related to the contract

III.2.2)

Contract performance conditions

As set out in the tender documents.

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Negotiated procedure with prior call for competition
IV.1.8)

Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: yes
IV.2)

Administrative information

IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  05/09/2017
Local time:  14:00
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.2)

Information about electronic workflows

Electronic payment will be used
VI.3)

Additional information

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.
VI.4)

Procedures for review

VI.4.1)

Review body

High Court of Ireland
Four Courts, Ground Floor (East Wing), Inns Quay
Dublin
7
IE
Telephone: +353 18886000
Fax: +353 18886125
Internet address: http://www.courts.ie

VI.4.3)

Review procedure

Precise information on deadline(s) for review procedures: 
As set out in S.I. No. 131/2010 European Communities (Award of Contracts by Utilities Undertakings) (Review Procedures) Regulations 2010 (in particular Regulation 7 thereof).
VI.5)

Date of dispatch of this notice

01/08/2017