Contract notice

Information

Published

Date of dispatch of this notice: 29/08/2018

Expire date: 04/10/2018

External Reference: 2018-520888

TED Reference: 2018/S 166-378840

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: Gerard Deenihan
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=134355&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

Request for Tenders for the Provision of Traffic Surveys and Vehicle Occupancy Surveys on the M50 Cordon and the Provision of a Multi-Supplier Framework Agreement for Traffic and Transport Survey
II.1.2)

Main CPV code

63712710  -  Traffic monitoring services
II.1.3)

Type of contract

Services
II.1.4)

Short description

The Authority intends to enter into a contract (the Contract) with the successful Tenderer for the Provision of Traffic Surveys and Vehicle Occupancy Surveys on the M50 Cordon.
In addition, the Authority intends to establish a framework of service providers for the provision of Traffic and Transport Survey Resources by entering into a framework agreement.
The Framework Agreement will relate to projects funded and /or managed by the Authority, and projects funded and/or managed by any of the Clients, together with any ancillary services which may be inferred therefrom or be necessary to carry out the services listed in the Tender documents.
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

71250000  -  Architectural, engineering and surveying 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 Authority intends to enter into a contract (the Contract) with the successful Tenderer for the Provision of Traffic Surveys and Vehicle Occupancy Surveys on the M50 Cordon.
The Authority has commissioned the generation of the M50 Cordon to identify the number of people travelling into the city from the M50 on a daily basis, and to supplement transport data that is already collected at other significant points in Dublin. This data will assist in gaining a wider insight into travel patterns in Dublin. The information generated at the proposed survey locations will also be used to support the on-going development of the Eastern Regional Model (ERM), in which the main city is Dublin. The services to be provided comprise the undertaking of traffic surveys at specified locations on the M50 Cordon.
In addition, the Authority intends to establish a framework of service providers for the provision of Traffic and Transport Survey Resources by entering into a framework agreement.
The Framework Agreement will relate to projects funded and /or managed by the Authority, and projects funded and/or managed by any of the Clients, together with any ancillary services which may be inferred therefrom or be necessary to carry out the services listed below.
The services that may be required pursuant to the Framework Agreement include the provision of Traffic and Transport Data Collection resources, including (but not limited to) the following:
• Traffic Surveyors (quantitative and qualitative);
• Transport Surveyors (quantitative and qualitative); and
• Traffic/Transport Data Analyst.
More information is outlined in the Tender documents.
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 shall continue in full force and effect until successful completion of the Services.
The expected term of the Framework Agreement will be an initial period of two (2) years. At the discretion of the Authority, the Framework Agreement may be renewed for a period of up to a further two (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:  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.

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Open procedure
IV.1.3)

Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement:  5
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:  04/10/2018
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

Duration in months : 6  (from the date stated for receipt of tender)
IV.2.7)

Conditions for opening of tenders

Date:  04/10/2018
Local time:  12:00

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 7
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).