Contract notice - utilities

Information

Published

Date of dispatch of this notice: 17/05/2018

Expire date: 25/06/2018

External Reference: 2018-268167

TED Reference: 2018/S 094-214260

Contract notice - utilities

Cached Version

Contract notice – utilities

Supplies

Directive 2014/25/EU

Section I: Contracting entity

I.1)

Name and addresses

National Transport Authority
N/A
Dun Sceine, Harcourt Lane, Iveagh Court
Dublin 2
D02 WT20
IE
Contact person: Igor Popenko
Telephone: +353 18798300
Fax: +353 18798333
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=129307&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

Supply of Bus Stop Pole Foundation Sockets
II.1.2)

Main CPV code

34928440  -  Bus-stop posts
II.1.3)

Type of contract

Supplies
II.1.4)

Short description

The Authority is seeking a supplier to provide Foundation Sockets for the installation of new Bus Stop Poles. The Foundation Sockets shall be capable of securing 60.3mm diameter Bus Stop Poles vertically and the design shall mitigate the potential for rotation of the pole around its vertical axis. The Foundation Sockets shall be capable of facilitating the replacement of damaged Bus Stop Poles without necessity for interference with the foundation. If required, an adapter is permissible to allow the pole to fit a larger socket diameter. If any adapter is required, the successful tenderer shall ensure structural stability is maintained and minimal maintenance shall be required. The scope includes the delivery of the sockets and training of the Authority’s nominated contractors on how to install, use and maintain the sockets to achieve the highest performance and design life of the product.
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

34928000  -  Road furniture
34928400  -  Urban furniture
35821000  -  Flags
35821100  -  Flagpole
44212321  -  Bus shelters
45233290  -  Installation of road signs
45233293  -  Installation of street furniture
II.2.3)

Place of performance

NUTS code:  IE0 -  IRELAND
II.2.4)

Description of the procurement

The Authority is seeking a supplier to provide Foundation Sockets for the installation of new Bus Stop Poles. The Foundation Sockets shall be capable of securing 60.3mm diameter Bus Stop Poles vertically and the design shall mitigate the potential for rotation of the pole around its vertical axis. The Foundation Sockets shall be capable of facilitating the replacement of damaged Bus Stop Poles without necessity for interference with the foundation. If required, an adapter is permissible to allow the pole to fit a larger socket diameter. If any adapter is required, the successful tenderer shall ensure structural stability is maintained and minimal maintenance shall be required. The scope includes the delivery of the sockets and training of the Authority’s nominated contractors on how to install, use and maintain the sockets to achieve the highest performance and design life of the product.
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 intended duration of the Contract is a three (3) year period. The Authority may renew the Contract for an additional one (1) year period, subject to satisfactory performance, cost effectiveness and a continuing requirement for the supply of Bus Stop Pole Foundation Sockets.
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 documents.
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.
III.1.6)

Deposits and guarantees required

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

Conditions related to the contract

III.2.2)

Contract performance conditions

As set out in the procurement documents.

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Open 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:  25/06/2018
Local time:  12:00
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

Tender must be valid until:  27/12/2018
IV.2.7)

Conditions for opening of tenders

Date:  25/06/2018
Local time:  14:00

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
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).