Contract notice - utilities

Information

Published

Date of dispatch of this notice: 13/04/2018

Expire date: 15/06/2018

External Reference: 2018-444298

TED Reference: 2018/S 074-165448

Contract notice - utilities

Contract notice – utilities

Works

Directive 2014/25/EU

Section I: Contracting entity

I.1)

Name and addresses

National Transport Authority
N/A
Dun Sceine
Harcourt Lane, Iveagh Court
D02WT20
IE
Contact person: Mark Bradwell
Telephone: +353 18798300
Fax: +353 18798333
NUTS code:  IE0 -  IRELAND
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=127633&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

Bus Stop Pole installation and maintenance
II.1.2)

Main CPV code

45222000  -  Construction work for engineering works except bridges, tunnels, shafts and subways
II.1.3)

Type of contract

Works
II.1.4)

Short description

As part of its Bus Connects project, the National Transport Authority (NTA) plans to introduce standard branded bus stops throughout Ireland. There are approximately 12,000 bus stops throughout the State. The new bus stops will serve all operators, both public and private, and will replace the multiple stops at different locations that are a feature of the existing system. The new bus stop poles will have integrated information carousels incorporating stop specific printed route maps and timetables. The bus stop pole flag and carousel, and hence pole height, will vary depending on the operators using the stop. Real Time Passenger Information (RTPI) poles and display units will be installed at some stops.
The NTA is seeking to enter into five multi-party framework agreements for the design and installation of bus stop poles, including all associated works; and five contracts for bus stop pole maintenance.
II.1.5)

Estimated total value

Value excluding VAT: 10000000.00  EUR
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

Design and Installation Framework - Dublin Area
Lot No:  1
II.2.2)

Additional CPV code(s)

34928440  -  Bus-stop posts
45223110  -  Installation of metal structures
45231000  -  Construction work for pipelines, communication and power lines
45233290  -  Installation of road signs
50000000  -  Repair and maintenance services
50800000  -  Miscellaneous repair and maintenance services
51122000  -  Installation services of flagpoles
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 is seeking to enter into a multi-party framework agreement for the design and installation of bus stop poles.
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: 48
This contract is subject to renewal: yes
Description of renewals:  
The expected term of the contract will be four years with an option to extend for up to a further four years at the sole discretion of the Authority.
II.2.9)

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

Envisaged number of candidates: 6
Objective criteria for choosing the limited number of candidates:
Applications will be checked to ensure that none of the grounds for exclusion are applicable to the Applicant and to ensure that the Applicant meets all of the pass/fail criteria. Each of the remaining Applicants will be awarded marks for their responses to the weighted objective criteria questions set out in the Qualification Questionnaire. Provided that there are sufficient numbers of qualified Applicants, the six Applicants awarded the highest marks will be invited to submit formal tenders for the framework agreements and the contracts.
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)

Description

II.2.1)

Title

Design and Installation Framework - North Leinster
Lot No:  2
II.2.2)

Additional CPV code(s)

34928440  -  Bus-stop posts
45223110  -  Installation of metal structures
45231000  -  Construction work for pipelines, communication and power lines
45233290  -  Installation of road signs
50000000  -  Repair and maintenance services
50800000  -  Miscellaneous repair and maintenance services
51122000  -  Installation services of flagpoles
II.2.3)

Place of performance

NUTS code:  IE063 -  Midland
NUTS code:  IE062 -  Mid-East
Main site or place of performance:  
Louth, Meath, Westmeath, Longford, Laois, Offaly
II.2.4)

Description of the procurement

The NTA is seeking to enter into a multi-party framework agreement for the design and installation of bus stop poles.
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: 48
This contract is subject to renewal: yes
Description of renewals:  
The expected term of the contract will be four years with an option to extend for up to a further four years at the sole discretion of the Authority.
II.2.9)

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

Envisaged number of candidates: 6
Objective criteria for choosing the limited number of candidates:
Applications will be checked to ensure that none of the grounds for exclusion are applicable to the Applicant and to ensure that the Applicant meets all of the pass/fail criteria. Each of the remaining Applicants will be awarded marks for their responses to the weighted objective criteria questions set out in the Qualification Questionnaire. Provided that there are sufficient numbers of qualified Applicants, the six Applicants awarded the highest marks will be invited to submit formal tenders for the framework agreements and the contracts.
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)

Description

II.2.1)

Title

Design and Installation Framework - South Leinster
Lot No:  3
II.2.2)

Additional CPV code(s)

34928440  -  Bus-stop posts
45223110  -  Installation of metal structures
45231000  -  Construction work for pipelines, communication and power lines
45233290  -  Installation of road signs
50000000  -  Repair and maintenance services
50800000  -  Miscellaneous repair and maintenance services
51122000  -  Installation services of flagpoles
II.2.3)

Place of performance

NUTS code:  IE062 -  Mid-East
NUTS code:  IE052 -  South-East
Main site or place of performance:  
Kildare, Wicklow, Wexford, Carlow, Kilkenny
II.2.4)

Description of the procurement

The NTA is seeking to enter into a multi-party framework agreement for the design and installation of bus stop poles.
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: 48
This contract is subject to renewal: yes
Description of renewals:  
The expected term of the contract will be four years with an option to extend for up to a further four years at the sole discretion of the Authority.
II.2.9)

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

Envisaged number of candidates: 6
Objective criteria for choosing the limited number of candidates:
Applications will be checked to ensure that none of the grounds for exclusion are applicable to the Applicant and to ensure that the Applicant meets all of the pass/fail criteria. Each of the remaining Applicants will be awarded marks for their responses to the weighted objective criteria questions set out in the Qualification Questionnaire. Provided that there are sufficient numbers of qualified Applicants, the six Applicants awarded the highest marks will be invited to submit formal tenders for the framework agreements and the contracts.
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)

Description

II.2.1)

Title

Design and Installation Framework - Munster
Lot No:  4
II.2.2)

Additional CPV code(s)

34928440  -  Bus-stop posts
45223110  -  Installation of metal structures
45231000  -  Construction work for pipelines, communication and power lines
45233290  -  Installation of road signs
50000000  -  Repair and maintenance services
50800000  -  Miscellaneous repair and maintenance services
51122000  -  Installation services of flagpoles
II.2.3)

Place of performance

NUTS code:  IE053 -  South-West
NUTS code:  IE052 -  South-East
NUTS code:  IE051 -  Mid-West
Main site or place of performance:  
Waterford, Tipperary, Cork, Kerry, Limerick, Clare
II.2.4)

Description of the procurement

The NTA is seeking to enter into a multi-party framework agreement for the design and installation of bus stop poles.
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: 48
This contract is subject to renewal: yes
Description of renewals:  
The expected term of the contract will be four years with an option to extend for up to a further four years at the sole discretion of the Authority.
II.2.9)

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

Envisaged number of candidates: 6
Objective criteria for choosing the limited number of candidates:
Applications will be checked to ensure that none of the grounds for exclusion are applicable to the Applicant and to ensure that the Applicant meets all of the pass/fail criteria. Each of the remaining Applicants will be awarded marks for their responses to the weighted objective criteria questions set out in the Qualification Questionnaire. Provided that there are sufficient numbers of qualified Applicants, the six Applicants awarded the highest marks will be invited to submit formal tenders for the framework agreements and the contracts.
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)

Description

II.2.1)

Title

Design and Installation Framework - Connacht and Ulster
Lot No:  5
II.2.2)

Additional CPV code(s)

34928440  -  Bus-stop posts
45223110  -  Installation of metal structures
45231000  -  Construction work for pipelines, communication and power lines
45233290  -  Installation of road signs
50000000  -  Repair and maintenance services
50800000  -  Miscellaneous repair and maintenance services
51122000  -  Installation services of flagpoles
II.2.3)

Place of performance

NUTS code:  IE042 -  West
NUTS code:  IE041 -  Border
Main site or place of performance:  
Galway, Mayo, Sligo, Roscommon, Leitrim, Cavan, Monaghan, Donegal
II.2.4)

Description of the procurement

The NTA is seeking to enter into a multi-party framework agreement for the design and installation of bus stop poles.
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: 48
This contract is subject to renewal: yes
Description of renewals:  
The expected term of the contract will be four years with an option to extend for up to a further four years at the sole discretion of the Authority.
II.2.9)

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

Envisaged number of candidates: 6
Objective criteria for choosing the limited number of candidates:
Applications will be checked to ensure that none of the grounds for exclusion are applicable to the Applicant and to ensure that the Applicant meets all of the pass/fail criteria. Each of the remaining Applicants will be awarded marks for their responses to the weighted objective criteria questions set out in the Qualification Questionnaire. Provided that there are sufficient numbers of qualified Applicants, the six Applicants awarded the highest marks will be invited to submit formal tenders for the framework agreements and the contracts.
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)

Description

II.2.1)

Title

Bus Stop Pole Maintenance Contract - Dublin Area
Lot No:  6
II.2.2)

Additional CPV code(s)

34928440  -  Bus-stop posts
45223110  -  Installation of metal structures
45231000  -  Construction work for pipelines, communication and power lines
45233290  -  Installation of road signs
50000000  -  Repair and maintenance services
50800000  -  Miscellaneous repair and maintenance services
51122000  -  Installation services of flagpoles
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 is seeking to enter into a maintenance contract for the maintenance of bus stop poles, flags and carousels.
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: 48
This contract is subject to renewal: yes
Description of renewals:  
The expected term of the contract will be four years with an option to extend for up to a further four years at the sole discretion of the Authority.
II.2.9)

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

Envisaged number of candidates: 6
Objective criteria for choosing the limited number of candidates:
Applications will be checked to ensure that none of the grounds for exclusion are applicable to the Applicant and to ensure that the Applicant meets all of the pass/fail criteria. Each of the remaining Applicants will be awarded marks for their responses to the weighted objective criteria questions set out in the Qualification Questionnaire. Provided that there are sufficient numbers of qualified Applicants, the six Applicants awarded the highest marks will be invited to submit formal tenders for the framework agreements and the contracts.
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)

Description

II.2.1)

Title

Bus Stop Pole Maintenance Contract - North Leinster
Lot No:  7
II.2.2)

Additional CPV code(s)

34928440  -  Bus-stop posts
45223110  -  Installation of metal structures
45231000  -  Construction work for pipelines, communication and power lines
45233290  -  Installation of road signs
50000000  -  Repair and maintenance services
50800000  -  Miscellaneous repair and maintenance services
51122000  -  Installation services of flagpoles
II.2.3)

Place of performance

NUTS code:  IE063 -  Midland
NUTS code:  IE062 -  Mid-East
Main site or place of performance:  
Louth, Meath, Westmeath, Longford, Laois, Offaly
II.2.4)

Description of the procurement

The NTA is seeking to enter into a maintenance contract for the maintenance of bus stop poles, flags and carousels.
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: 48
This contract is subject to renewal: yes
Description of renewals:  
The expected term of the contract will be four years with an option to extend for up to a further four years at the sole discretion of the Authority.
II.2.9)

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

Envisaged number of candidates: 6
Objective criteria for choosing the limited number of candidates:
Applications will be checked to ensure that none of the grounds for exclusion are applicable to the Applicant and to ensure that the Applicant meets all of the pass/fail criteria. Each of the remaining Applicants will be awarded marks for their responses to the weighted objective criteria questions set out in the Qualification Questionnaire. Provided that there are sufficient numbers of qualified Applicants, the six Applicants awarded the highest marks will be invited to submit formal tenders for the framework agreements and the contracts.
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)

Description

II.2.1)

Title

Bus Stop Pole Maintenance Contract - South Leinster
Lot No:  8
II.2.2)

Additional CPV code(s)

34928440  -  Bus-stop posts
45223110  -  Installation of metal structures
45231000  -  Construction work for pipelines, communication and power lines
45233290  -  Installation of road signs
50000000  -  Repair and maintenance services
50800000  -  Miscellaneous repair and maintenance services
51122000  -  Installation services of flagpoles
II.2.3)

Place of performance

NUTS code:  IE062 -  Mid-East
NUTS code:  IE052 -  South-East
Main site or place of performance:  
Kildare, Wicklow, Wexford, Carlow, Kilkenny
II.2.4)

Description of the procurement

The NTA is seeking to enter into a maintenance contract for the maintenance of bus stop poles, flags and carousels.
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: 48
This contract is subject to renewal: yes
Description of renewals:  
The expected term of the contract will be four years with an option to extend for up to a further four years at the sole discretion of the Authority.
II.2.9)

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

Envisaged number of candidates: 6
Objective criteria for choosing the limited number of candidates:
Applications will be checked to ensure that none of the grounds for exclusion are applicable to the Applicant and to ensure that the Applicant meets all of the pass/fail criteria. Each of the remaining Applicants will be awarded marks for their responses to the weighted objective criteria questions set out in the Qualification Questionnaire. Provided that there are sufficient numbers of qualified Applicants, the six Applicants awarded the highest marks will be invited to submit formal tenders for the framework agreements and the contracts.
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)

Description

II.2.1)

Title

Bus Stop Pole Maintenance Contract - Munster
Lot No:  9
II.2.2)

Additional CPV code(s)

34928440  -  Bus-stop posts
45223110  -  Installation of metal structures
45231000  -  Construction work for pipelines, communication and power lines
45233290  -  Installation of road signs
50000000  -  Repair and maintenance services
50800000  -  Miscellaneous repair and maintenance services
51122000  -  Installation services of flagpoles
II.2.3)

Place of performance

NUTS code:  IE053 -  South-West
NUTS code:  IE052 -  South-East
NUTS code:  IE051 -  Mid-West
Main site or place of performance:  
Waterford, Tipperary, Cork, Kerry, Limerick, Clare
II.2.4)

Description of the procurement

The NTA is seeking to enter into a maintenance contract for the maintenance of bus stop poles, flags and carousels.
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: 48
This contract is subject to renewal: yes
Description of renewals:  
The expected term of the contract will be four years with an option to extend for up to a further four years at the sole discretion of the Authority.
II.2.9)

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

Envisaged number of candidates: 6
Objective criteria for choosing the limited number of candidates:
Applications will be checked to ensure that none of the grounds for exclusion are applicable to the Applicant and to ensure that the Applicant meets all of the pass/fail criteria. Each of the remaining Applicants will be awarded marks for their responses to the weighted objective criteria questions set out in the Qualification Questionnaire. Provided that there are sufficient numbers of qualified Applicants, the six Applicants awarded the highest marks will be invited to submit formal tenders for the framework agreements and the contracts.
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)

Description

II.2.1)

Title

Bus Stop Pole Maintenance Contract - Connacht and Ulster
Lot No:  10
II.2.2)

Additional CPV code(s)

34928440  -  Bus-stop posts
45223110  -  Installation of metal structures
45231000  -  Construction work for pipelines, communication and power lines
45233290  -  Installation of road signs
50000000  -  Repair and maintenance services
50800000  -  Miscellaneous repair and maintenance services
51122000  -  Installation services of flagpoles
II.2.3)

Place of performance

NUTS code:  IE042 -  West
NUTS code:  IE041 -  Border
Main site or place of performance:  
Galway, Mayo, Sligo, Roscommon, Leitrim, Cavan, Monaghan, Donegal
II.2.4)

Description of the procurement

The NTA is seeking to enter into a maintenance contract for the maintenance of bus stop poles, flags and carousels.
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: 48
This contract is subject to renewal: yes
Description of renewals:  
The expected term of the contract will be four years with an option to extend for up to a further four years at the sole discretion of the Authority.
II.2.9)

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

Envisaged number of candidates: 6
Objective criteria for choosing the limited number of candidates:
Applications will be checked to ensure that none of the grounds for exclusion are applicable to the Applicant and to ensure that the Applicant meets all of the pass/fail criteria. Each of the remaining Applicants will be awarded marks for their responses to the weighted objective criteria questions set out in the Qualification Questionnaire. Provided that there are sufficient numbers of qualified Applicants, the six Applicants awarded the highest marks will be invited to submit formal tenders for the framework agreements and the contracts.
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 procurement document.
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 document.
III.1.6)

Deposits and guarantees required

As set out in the procurement document.
III.1.7)

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

As set out in the procurement document.
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 document.
III.2)

Conditions related to the contract

III.2.2)

Contract performance conditions

As set out in the procurement document.
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.1.3)

Information about a framework agreement or a dynamic purchasing system

Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement:  4
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:  25/05/2018
Local time:  16:00
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

Duration in months : 6  (from the date stated for receipt of tender)

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

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
D7
IE
Telephone: +353 18886000
Fax: +353 18886000
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).