Contract notice - utilities

Information

Published

Date of dispatch of this notice: 04/04/2018

Expire date: 11/05/2018

External Reference: 2018-740725

TED Reference: 2018/S 067-149715

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
D02 WT20
IE
Contact person: Mark Bradwell
Telephone: +353 01-8798300
Fax: +353 01-8798333
NUTS code:  IE061 -  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=127159&B=ETENDERS_SIMPLE
Additional information can be obtained from
the abovementioned address:  
Tenders or requests to participate must be submitted
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

Engineering Design Services for BusConnects
II.1.2)

Main CPV code

71320000  -  Engineering design services
II.1.3)

Type of contract

Services
II.1.4)

Short description

The NTA seek to appoint Engineering Designers to progress, as part of the BusConnects Dublin project, up to 16 radial Core Bus Corridors (CBCs) from concept design to preliminary design and take the project through the statutory approval process. As well as the tendering of the schemes. BusConnects Dublin, is an initiative which aims to overhaul the bus system in the Dublin Region. The subject of this procurement is the infrastructure design to support changes to the bus network service pattern for up to 16 radial CBC’s.
II.1.6)

Information about lots

This contract is divided into lots: yes
Tenders may be submitted for  all lots
II.2)

Description

II.2.1)

Title

ED Services for BusConnects
Lot No:  1
II.2.2)

Additional CPV code(s)

45262640  -  Environmental improvement works
60112000  -  Public road transport services
71220000  -  Architectural design services
71242000  -  Project and design preparation, estimation of costs
71300000  -  Engineering services
71313000  -  Environmental engineering consultancy services
71313400  -  Environmental impact assessment for construction
71313420  -  Environmental standards for construction
71313430  -  Environmental indicators analysis for construction
71313440  -  Environmental Impact Assessment (EIA) services for construction
71322000  -  Engineering design services for the construction of civil engineering works
71322500  -  Engineering-design services for traffic installations
71323000  -  Engineering-design services for industrial process and production
71327000  -  Load-bearing structure design services
71330000  -  Miscellaneous engineering services
71332000  -  Geotechnical engineering services
71335000  -  Engineering studies
71340000  -  Integrated engineering services
71400000  -  Urban planning and landscape architectural services
71600000  -  Technical testing, analysis and consultancy services
79415200  -  Design consultancy services
II.2.3)

Place of performance

NUTS code:  IE061 -  Dublin
Main site or place of performance:  
Dublin
II.2.4)

Description of the procurement

The NTA seek to appoint Engineering Designers to progress, as part of the BusConnects Dublin project, up to 16 radial Core Bus Corridors (CBCs) from concept design to preliminary design and take the project through the statutory approval process. As well as the tendering of the schemes. BusConnects Dublin, is an initiative which aims to overhaul the bus system in the Dublin Region. The subject of this procurement (Lot 1) is the infrastructure design to support changes to the bus network service pattern for up to four radial CBC’s
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

Start: 01/08/2018  /  End:
This contract is subject to renewal: no
II.2.9)

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

Envisaged number of candidates: 7
Objective criteria for choosing the limited number of candidates:
As stated in the procurement 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
II.2.14)

Additional information

Applicants shall be permitted to submit a completed SAQ for each lot. As Applicants may be awarded more than one lot, each tender submission at stage 2 will need to clearly demonstrate the capacity and commitments of the proposed management and engineering resources to undertake the commission, with the proposed resources being dedicated and unique to each specific lot.
II.2)

Description

II.2.1)

Title

ED Services for BusConnects
Lot No:  2
II.2.2)

Additional CPV code(s)

45262640  -  Environmental improvement works
60112000  -  Public road transport services
71220000  -  Architectural design services
71242000  -  Project and design preparation, estimation of costs
71300000  -  Engineering services
71313000  -  Environmental engineering consultancy services
71313400  -  Environmental impact assessment for construction
71313420  -  Environmental standards for construction
71313430  -  Environmental indicators analysis for construction
71313440  -  Environmental Impact Assessment (EIA) services for construction
71322000  -  Engineering design services for the construction of civil engineering works
71322500  -  Engineering-design services for traffic installations
71323000  -  Engineering-design services for industrial process and production
71327000  -  Load-bearing structure design services
71330000  -  Miscellaneous engineering services
71332000  -  Geotechnical engineering services
71335000  -  Engineering studies
71340000  -  Integrated engineering services
71400000  -  Urban planning and landscape architectural services
71600000  -  Technical testing, analysis and consultancy services
79415200  -  Design consultancy services
II.2.3)

Place of performance

NUTS code:  IE061 -  Dublin
Main site or place of performance:  
Dublin
II.2.4)

Description of the procurement

The NTA seek to appoint Engineering Designers to progress, as part of the BusConnects Dublin project, up to 16 radial Core Bus Corridors (CBCs) from concept design to preliminary design and take the project through the statutory approval process. As well as the tendering of the schemes. BusConnects Dublin, is an initiative which aims to overhaul the bus system in the Dublin Region. The subject of this procurement (Lot 2) is the infrastructure design to support changes to the bus network service pattern for up to four radial CBC’s
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

Start: 01/08/2018  /  End:
This contract is subject to renewal: no
II.2.9)

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

Envisaged number of candidates: 7
Objective criteria for choosing the limited number of candidates:
As stated in the procurement 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
II.2.14)

Additional information

Applicants shall be permitted to submit a completed SAQ for each lot. As Applicants may be awarded more than one lot, each tender submission at stage 2 will need to clearly demonstrate the capacity and commitments of the proposed management and engineering resources to undertake the commission, with the proposed resources being dedicated and unique to each specific lot.
II.2)

Description

II.2.1)

Title

ED Services for BusConnects
Lot No:  3
II.2.2)

Additional CPV code(s)

45262640  -  Environmental improvement works
60112000  -  Public road transport services
71220000  -  Architectural design services
71242000  -  Project and design preparation, estimation of costs
71300000  -  Engineering services
71313000  -  Environmental engineering consultancy services
71313400  -  Environmental impact assessment for construction
71313420  -  Environmental standards for construction
71313430  -  Environmental indicators analysis for construction
71313440  -  Environmental Impact Assessment (EIA) services for construction
71322000  -  Engineering design services for the construction of civil engineering works
71322500  -  Engineering-design services for traffic installations
71323000  -  Engineering-design services for industrial process and production
71327000  -  Load-bearing structure design services
71330000  -  Miscellaneous engineering services
71332000  -  Geotechnical engineering services
71335000  -  Engineering studies
71340000  -  Integrated engineering services
71400000  -  Urban planning and landscape architectural services
71600000  -  Technical testing, analysis and consultancy services
79415200  -  Design consultancy services
II.2.3)

Place of performance

NUTS code:  IE061 -  Dublin
Main site or place of performance:  
Dublin
II.2.4)

Description of the procurement

The NTA seek to appoint Engineering Designers to progress, as part of the BusConnects Dublin project, up to 16 radial Core Bus Corridors (CBCs) from concept design to preliminary design and take the project through the statutory approval process. As well as the tendering of the schemes. BusConnects Dublin, is an initiative which aims to overhaul the bus system in the Dublin Region. The subject of this procurement (Lot 3) is the infrastructure design to support changes to the bus network service pattern for up to four radial CBC’s
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

Start: 01/08/2018  /  End:
This contract is subject to renewal: no
II.2.9)

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

Envisaged number of candidates: 7
Objective criteria for choosing the limited number of candidates:
As stated in the procurement 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
II.2.14)

Additional information

Applicants shall be permitted to submit a completed SAQ for each lot. As Applicants may be awarded more than one lot, each tender submission at stage 2 will need to clearly demonstrate the capacity and commitments of the proposed management and engineering resources to undertake the commission, with the proposed resources being dedicated and unique to each specific lot.
II.2)

Description

II.2.1)

Title

ED Services for BusConnects
Lot No:  4
II.2.2)

Additional CPV code(s)

45262640  -  Environmental improvement works
60112000  -  Public road transport services
71220000  -  Architectural design services
71242000  -  Project and design preparation, estimation of costs
71300000  -  Engineering services
71313000  -  Environmental engineering consultancy services
71313400  -  Environmental impact assessment for construction
71313420  -  Environmental standards for construction
71313430  -  Environmental indicators analysis for construction
71313440  -  Environmental Impact Assessment (EIA) services for construction
71322000  -  Engineering design services for the construction of civil engineering works
71322500  -  Engineering-design services for traffic installations
71323000  -  Engineering-design services for industrial process and production
71327000  -  Load-bearing structure design services
71330000  -  Miscellaneous engineering services
71332000  -  Geotechnical engineering services
71335000  -  Engineering studies
71340000  -  Integrated engineering services
71400000  -  Urban planning and landscape architectural services
71600000  -  Technical testing, analysis and consultancy services
79415200  -  Design consultancy services
II.2.3)

Place of performance

NUTS code:  IE061 -  Dublin
Main site or place of performance:  
Dublin
II.2.4)

Description of the procurement

The NTA seek to appoint Engineering Designers to progress, as part of the BusConnects Dublin project, up to 16 radial Core Bus Corridors (CBCs) from concept design to preliminary design and take the project through the statutory approval process. As well as the tendering of the schemes. BusConnects Dublin, is an initiative which aims to overhaul the bus system in the Dublin Region. The subject of this procurement (Lot 4) is the infrastructure design to support changes to the bus network service pattern for up to four radial CBC’s
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

Start: 01/08/2018  /  End:
This contract is subject to renewal: no
II.2.9)

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

Envisaged number of candidates: 7
Objective criteria for choosing the limited number of candidates:
As stated in the procurement 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
II.2.14)

Additional information

Applicants shall be permitted to submit a completed SAQ for each lot. As Applicants may be awarded more than one lot, each tender submission at stage 2 will need to clearly demonstrate the capacity and commitments of the proposed management and engineering resources to undertake the commission, with the proposed resources being dedicated and unique to each specific lot.

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 procurement documents comprising of the Suitability Assessment Questionnaire and associated appendices.
III.1.2)

Economic and financial standing

Selection criteria as stated in the procurement documents
III.1.3)

Technical and professional ability

Selection criteria as stated in the procurement documents
III.1.4)

Objective rules and criteria for participation

List and brief description of rules and criteria: As set out in the procurement documents comprising of the Suitability Assessment Questionnaire and associated appendices.
III.1.6)

Deposits and guarantees required

As set out in the procurement documents comprising of the Suitability Assessment Questionnaire and the subsequent 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 procurement documents comprising of the Suitability Assessment Questionnaire and the subsequent 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 procurement documents comprising of the Suitability Assessment Questionnaire and the subsequent tender documents.
III.2)

Conditions related to the contract

III.2.2)

Contract performance conditions

As set out in the procurement documents comprising of the Suitability Assessment Questionnaire and the subsequent tender documents.
III.2.3)

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

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Restricted procedure
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:  11/05/2018
Local time:  12:00
IV.2.3)

Estimated date of dispatch of invitations to tender or to participate to selected candidates

Date: 29/05/2018
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English
IV.2.6)

Minimum time frame during which the tenderer must maintain the tender

Tender must be valid until:  12/01/2019

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.2)

Information about electronic workflows

Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3)

Additional information

It is anticipated that subsequent to receipt of responses to the Suitability Assessment Questionnaire, seven candidates will be invited to submit tenders for each of the four lots, subject to a sufficient number of suitably qualified candidates.
The NTA will not be responsible for any costs, charges or expenses incurred by candidates or tenderers relating to any of the contract award procedures irrespective of the outcome the competition, or if the competition is postponed or cancelled.
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), or change the basis of, and the procedures for, the bidding process, at any time, or procure the services by alternative means if it appears that the services can thereby be more advantageously procured. The most economically advantageous or any tender will not automatically be accepted.
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