Contract notice

Information

Published

Date of dispatch of this notice: 20/07/2018

Expire date: 27/08/2018

External Reference: 2018-214420

TED Reference: 2018/S 140-320869

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

National Transport Authority
N/A
Dun Sceine, Iveagh Court, Harcourt Lane
Dublin 2
D02 WT20
IE
Contact person: Igor Popenko
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=132657&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.4)

Type of the contracting authority

National or federal agency/office
I.5)

Main activity

Other activity:  Transport

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Provision of Legal Services for Bus Licensing and Regulation
II.1.2)

Main CPV code

79100000  -  Legal services
II.1.3)

Type of contract

Services
II.1.4)

Short description

The NTA wishes to engage a service provider to:
-Prosecute mostly summary offences on behalf of the Authority in relation to breaches of the Public Transport Regulation Act 2009 or Regulation (EC) 1073/2009 of the European Parliament and of the Council of 21 Oct 2009 on common rules for access to the international market for coach and bus services
-Represent the Authority in judicial proceedings initiated against the NTA or others in the area of public bus passenger service licensing; authorising of international bus and coach services; and other areas of the Authority's similar functions
-Provide general legal assistance in the area of public bus passenger service licensing; authorising of International bus and coach services and other areas of the Authority's functions
-Carry out such other duties in relation to legal services including debt/property recovery and licensing/enforcement of future categories of public bus passenger services and international bus and coach services
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

79110000  -  Legal advisory and representation services
79111000  -  Legal advisory services
79112000  -  Legal representation services
79140000  -  Legal advisory and information services
II.2.3)

Place of performance

NUTS code:  IE0 -  IRELAND
II.2.4)

Description of the procurement

The Authority wishes to engage a service provider to provide Legal Services to:
1. Prosecute mostly summary offences on behalf of the Authority in relation to breaches of the Public Transport Regulation Act 2009 or Regulation (EC) No. 1073/2009 of the European Parliament and of the Council of 21 October 2009 on common rules for access to the international market for coach and bus services;
2. Represent the Authority in judicial proceedings initiated against the Authority or others in the area of public bus passenger service licensing; authorising of international bus and coach services; and other areas of the Authority's similar functions as directed by the Authority;
3. Provide general legal assistance in the area of public bus passenger service licensing; authorising of International bus and coach services and other areas of the Authority's functions as directed by the Authority; and
4. Carry out such other duties in relation to legal services as may be assigned from time to time by the Authority during the period of the contract including debt/property recovery and the licensing and enforcement of future categories of public bus passenger services and international bus and coach services.
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: 24
This contract is subject to renewal: yes
Description of renewals:  
The contract will be for an initial period of 2 years. If the services provided are deemed to be satisfactory, the contract may be renewed annually up to a maximum of 2 years after the end of the second year. The extension of the contract will be dependent on service requirements, performance and continued funding availability.
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

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

Technical and professional ability

Selection criteria as stated in the procurement documents
III.2)

Conditions related to the contract

III.2.2)

Contract performance conditions

As set out in the 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

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:  27/08/2018
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:  27/02/2019
IV.2.7)

Conditions for opening of tenders

Date:  27/08/2018
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 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. 130/2010 European Communities (Public Authorities' Contracts) (Review Procedures) Regulations 2010 (in particular Regulation 7 thereof).