Contract notice - utilities

Information

Published

Date of dispatch of this notice: 20/08/2018

Expire date: 26/09/2018

External Reference: 2018-683407

TED Reference: 2018/S 161-369188

Contract notice - utilities

Contract notice – utilities

Services

Directive 2014/25/EU

Section I: Contracting entity

I.1)

Name and addresses

National Transport Authority
N/A
Dún Sceine, Iveagh Court, Harcourt Lane
Dublin
D02WT20
IE
Contact person: Josh Fallon-Doran
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=134081&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

Operation of a Public Bus Service on Route 197 Swords to Ashbourne
II.1.2)

Main CPV code

60112000  -  Public road transport services
II.1.3)

Type of contract

Services
II.1.4)

Short description

The route extends between Swords and Ashbourne, stopping at the principal Stopping Places listed below.
The bus service is required to operate 17 daily return services on Monday to Saturday and 14 daily return services on Sunday inclusive of public holidays with the exception of Christmas Day. Services will primarily have a one-hour headway, except for the PM peak which will operate at a one hour and fifteen minute headway.
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

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:  IE06 -  Eastern and Midland
II.2.4)

Description of the procurement

The route extends between Swords and Ashbourne, stopping at the principal Stopping Places listed below.
The bus service is required to operate 17 daily return services on Monday to Saturday and 14 daily return services on Sunday inclusive of public holidays with the exception of Christmas Day. Services will primarily have a one-hour headway, except for the PM peak which will operate at a one hour and fifteen minute headway.
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 term of the contract will be from the date of commencement of the services for a period of 3 years, with an option for six-monthly extensions of the Contract, at the discretion of the Authority, up to a maximum of 2 years.
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.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

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:  26/09/2018
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:  26/03/2019
IV.2.7)

Conditions for opening of tenders

Date:  26/09/2018
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 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. 131/2010 European Communities (Award of Contracts by Utilities Undertakings) (Review Procedures) Regulations 2010 (in particular Regulation 7 thereof).