Contract notice

Information

Published

Date of dispatch of this notice: 11/06/2019

Expire date: 18/07/2019

External Reference: 2019-262972

TED Reference: 2019/S 113-277535

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
D02WT20
IE
Contact person: Igor Popenko
Telephone: +353 18798300
Fax: +353 18798333
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=148617&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 Cycling Design Office Services
II.1.2)

Main CPV code

71300000  -  Engineering services
II.1.3)

Type of contract

Services
II.1.4)

Short description

The core objective of the Services is the provision of a Cycling Design Office providing design services to assist in the delivery of cycling projects.
It is intended that the Cycling Design Office will be based in the NTA’s offices. It will comprise of a number of personnel provided by the Service Provider (SP) and based in these offices, supplemented by off-site resources also provided by the SP.
The primary role of the office will be to develop various cycle schemes through the design and planning stages of each project, together with the development of tender documents for construction plus the management of the tender process for construction. It is envisaged that limited design related services will be required during construction.
The SP will be required to undertake the role of PSDP in relation to the design stages of the projects that are undertaken by the SP. Also the SP will be expected to undertake other work related to sustainable transport provision.
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

45233162  -  Cycle path construction work
60112000  -  Public road transport services
71220000  -  Architectural design services
71240000  -  Architectural, engineering and planning services
71241000  -  Feasibility study, advisory service, analysis
71242000  -  Project and design preparation, estimation of costs
71320000  -  Engineering design services
71322500  -  Engineering-design services for traffic installations
71330000  -  Miscellaneous engineering services
71335000  -  Engineering studies
71340000  -  Integrated engineering services
71400000  -  Urban planning and landscape architectural services
71410000  -  Urban planning services
71541000  -  Construction project management services
72224000  -  Project management consultancy services
72242000  -  Design-modelling services
79314000  -  Feasibility study
79415200  -  Design consultancy services
79418000  -  Procurement consultancy services
90712000  -  Environmental planning
90712100  -  Urban environmental development planning
90712500  -  Environmental institution building or planning
II.2.4)

Description of the procurement

The core objective of the Services is the provision of a Cycling Design Office providing design services to assist in the delivery of cycling projects, predominately in the Greater Dublin Area but also across the State.
It is intended that the Cycling Design Office will be based in the Authority’s offices in Dublin’s south city centre. It will comprise of a number of personnel provided by the Service Provider and based in these offices (the “Core Design Team”), supplemented by off-site resources also provided by the Service Provider.
The primary role of the office will be to develop various cycle schemes through the design and planning stages of each project, together with the development of tender documents for construction plus the management of the tender process for construction. It is envisaged that only limited design related services will be required during construction.
The Service Provider will also be required to undertake the role of Project Supervisor Design Process in relation to the design stages of the projects that are undertaken by the Service Provider.
In addition to the primary role of design development of projects, the Service Provider will also be expected to undertake other work related to sustainable transport provision, details of which are set out 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 term of the Services will be 2 years. By agreement between the Authority and the successful Tenderer, the Contract may be renewed annually up to a maximum of two years after the end of the second year. Factors to be taken into account in considering an extension of the Contract will include (but may not be limited to) service requirements and performance.
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.2)

Conditions related to the contract

III.2.2)

Contract performance conditions

As set out in the procurement 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:  18/07/2019
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:  14/01/2020
IV.2.7)

Conditions for opening of tenders

Date:  18/07/2019
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).