Contract notice - utilities

Information

Published

Date of dispatch of this notice: 22/07/2019

Expire date: 30/08/2019

External Reference: 2019-242545

TED Reference: 2019/S 142-350608

Contract notice - utilities

Contract notice – utilities

Services

Directive 2014/25/EU

Section I: Contracting entity

I.1)

Name and addresses

Bus Eireann/Irish Bus
N/A
21 Phibsboro Road
Dublin 7
Broadstone
IE
Contact person: John Angulin
Telephone: +353 17033400
Internet address(es):
Main address: www.buseireann.ie

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=150985&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

Establishment of Various Multi Party Frameworks for Professional and Advisory Services to Bus Eireann
Reference number:  BE/SE/22/07/2019
II.1.2)

Main CPV code

79411000  -  General management consultancy services
II.1.3)

Type of contract

Services
II.1.4)

Short description

The disciplines will divided into the following Lots
1. Engineering Services
2. Environmental, Health and Safety Services
3. Regulatory Advice Services
4. IT Services
5. Financial Services
6. Change Management
7. Strategy and Management Services
8. Transportation & Property Management
II.1.5)

Estimated total value

Value excluding VAT: 4000000.00  EUR
II.1.6)

Information about lots

This contract is divided into lots: yes
Tenders may be submitted for  all lots
II.2)

Description

II.2.1)

Title

Engineering Services
Lot No:  1
II.2.2)

Additional CPV code(s)

66114000  -  Financial leasing services
66152000  -  Financial market regulatory services
66171000  -  Financial consultancy services
70330000  -  Property management services of real estate on a fee or contract basis
70332200  -  Commercial property management services
70332300  -  Industrial property services
71310000  -  Consultative engineering and construction services
71311000  -  Civil engineering consultancy services
71311100  -  Civil engineering support services
71317200  -  Health and safety services
71317210  -  Health and safety consultancy services
71336000  -  Engineering support services
72000000  -  IT services: consulting, software development, Internet and support
72222300  -  Information technology services
72223000  -  Information technology requirements review services
72224000  -  Project management consultancy services
72600000  -  Computer support and consultancy services
79100000  -  Legal services
79111000  -  Legal advisory services
79140000  -  Legal advisory and information services
79221000  -  Tax consultancy services
79400000  -  Business and management consultancy and related services
79410000  -  Business and management consultancy services
79412000  -  Financial management consultancy services
79413000  -  Marketing management consultancy services
79414000  -  Human resources management consultancy services
79418000  -  Procurement consultancy services
90713000  -  Environmental issues consultancy services
II.2.4)

Description of the procurement

Bus Eireann intends to establish Frameworks of service providers under a range of Professional and Advisory services:
The disciplines will divided into the following Lots
1. Engineering Services
At the tender stage of this process, it is envisaged that BE will select a number of service providers in respect of each discipline (lot) for appointment to a multi-provider framework agreement on the basis of the most economically advantageous tender. At tender stage the Lots detailed above may be subdivided into various disciplines under the lot as described above.
Work may be awarded on a ranking basis or by a mini tender. The ranking of the entities will be based on the Award Criteria contained in the tender documentation. If work is being awarded by mini tender from the framework, each framework member will be approached and awarded work against the criteria contained within the mini tender document.
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: 48
This contract is subject to renewal: no
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
II.2)

Description

II.2.1)

Title

2. Environmental, Health and Safety Services
Lot No:  2
II.2.2)

Additional CPV code(s)

66114000  -  Financial leasing services
66152000  -  Financial market regulatory services
66171000  -  Financial consultancy services
70330000  -  Property management services of real estate on a fee or contract basis
70332200  -  Commercial property management services
70332300  -  Industrial property services
71310000  -  Consultative engineering and construction services
71311000  -  Civil engineering consultancy services
71311100  -  Civil engineering support services
71317200  -  Health and safety services
71317210  -  Health and safety consultancy services
71336000  -  Engineering support services
72000000  -  IT services: consulting, software development, Internet and support
72222300  -  Information technology services
72223000  -  Information technology requirements review services
72224000  -  Project management consultancy services
72600000  -  Computer support and consultancy services
79100000  -  Legal services
79111000  -  Legal advisory services
79140000  -  Legal advisory and information services
79221000  -  Tax consultancy services
79400000  -  Business and management consultancy and related services
79410000  -  Business and management consultancy services
79412000  -  Financial management consultancy services
79413000  -  Marketing management consultancy services
79414000  -  Human resources management consultancy services
79418000  -  Procurement consultancy services
90713000  -  Environmental issues consultancy services
II.2.4)

Description of the procurement

Bus Eireann intends to establish Frameworks of service providers under a range of Professional and Advisory services:
The disciplines will divided into the following Lots
2. Environmental, Health and Safety Services
At the tender stage of this process, it is envisaged that BE will select a number of service providers in respect of each discipline (lot) for appointment to a multi-provider framework agreement on the basis of the most economically advantageous tender. At tender stage the Lots detailed above may be subdivided into various disciplines under the lot as described above.
Work may be awarded on a ranking basis or by a mini tender. The ranking of the entities will be based on the Award Criteria contained in the tender documentation. If work is being awarded by mini tender from the framework, each framework member will be approached and awarded work against the criteria contained within the mini tender document.
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: 48
This contract is subject to renewal: no
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
II.2)

Description

II.2.1)

Title

Regulatory Advice Services
Lot No:  3
II.2.2)

Additional CPV code(s)

66114000  -  Financial leasing services
66152000  -  Financial market regulatory services
66171000  -  Financial consultancy services
70330000  -  Property management services of real estate on a fee or contract basis
70332200  -  Commercial property management services
70332300  -  Industrial property services
71310000  -  Consultative engineering and construction services
71311000  -  Civil engineering consultancy services
71311100  -  Civil engineering support services
71317200  -  Health and safety services
71317210  -  Health and safety consultancy services
71336000  -  Engineering support services
72000000  -  IT services: consulting, software development, Internet and support
72222300  -  Information technology services
72223000  -  Information technology requirements review services
72224000  -  Project management consultancy services
72600000  -  Computer support and consultancy services
79100000  -  Legal services
79111000  -  Legal advisory services
79140000  -  Legal advisory and information services
79221000  -  Tax consultancy services
79400000  -  Business and management consultancy and related services
79410000  -  Business and management consultancy services
79412000  -  Financial management consultancy services
79413000  -  Marketing management consultancy services
79414000  -  Human resources management consultancy services
79418000  -  Procurement consultancy services
90713000  -  Environmental issues consultancy services
II.2.4)

Description of the procurement

Bus Eireann intends to establish Frameworks of service providers under a range of Professional and Advisory services:
The disciplines will divided into the following Lots
3. Regulatory Advice Services
At the tender stage of this process, it is envisaged that BE will select a number of service providers in respect of each discipline (lot) for appointment to a multi-provider framework agreement on the basis of the most economically advantageous tender. At tender stage the Lots detailed above may be subdivided into various disciplines under the lot as described above.
Work may be awarded on a ranking basis or by a mini tender. The ranking of the entities will be based on the Award Criteria contained in the tender documentation. If work is being awarded by mini tender from the framework, each framework member will be approached and awarded work against the criteria contained within the mini tender document.
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: 48
This contract is subject to renewal: no
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
II.2)

Description

II.2.1)

Title

Information Techology Services
Lot No:  4
II.2.2)

Additional CPV code(s)

66114000  -  Financial leasing services
66152000  -  Financial market regulatory services
66171000  -  Financial consultancy services
70330000  -  Property management services of real estate on a fee or contract basis
70332200  -  Commercial property management services
70332300  -  Industrial property services
71310000  -  Consultative engineering and construction services
71311000  -  Civil engineering consultancy services
71311100  -  Civil engineering support services
71317200  -  Health and safety services
71317210  -  Health and safety consultancy services
71336000  -  Engineering support services
72000000  -  IT services: consulting, software development, Internet and support
72222300  -  Information technology services
72223000  -  Information technology requirements review services
72224000  -  Project management consultancy services
72600000  -  Computer support and consultancy services
79100000  -  Legal services
79111000  -  Legal advisory services
79140000  -  Legal advisory and information services
79221000  -  Tax consultancy services
79400000  -  Business and management consultancy and related services
79410000  -  Business and management consultancy services
79412000  -  Financial management consultancy services
79413000  -  Marketing management consultancy services
79414000  -  Human resources management consultancy services
79418000  -  Procurement consultancy services
90713000  -  Environmental issues consultancy services
II.2.4)

Description of the procurement

Bus Eireann intends to establish Frameworks of service providers under a range of Professional and Advisory services:
The disciplines will divided into the following Lots
4. IT Services
At the tender stage of this process, it is envisaged that BE will select a number of service providers in respect of each discipline (lot) for appointment to a multi-provider framework agreement on the basis of the most economically advantageous tender. At tender stage the Lots detailed above may be subdivided into various disciplines under the lot as described above.
Work may be awarded on a ranking basis or by a mini tender. The ranking of the entities will be based on the Award Criteria contained in the tender documentation. If work is being awarded by mini tender from the framework, each framework member will be approached and awarded work against the criteria contained within the mini tender document.
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: 48
This contract is subject to renewal: no
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
II.2)

Description

II.2.1)

Title

Financial Services
Lot No:  5
II.2.2)

Additional CPV code(s)

66114000  -  Financial leasing services
66152000  -  Financial market regulatory services
66171000  -  Financial consultancy services
70330000  -  Property management services of real estate on a fee or contract basis
70332200  -  Commercial property management services
70332300  -  Industrial property services
71310000  -  Consultative engineering and construction services
71311000  -  Civil engineering consultancy services
71311100  -  Civil engineering support services
71317200  -  Health and safety services
71317210  -  Health and safety consultancy services
71336000  -  Engineering support services
72000000  -  IT services: consulting, software development, Internet and support
72222300  -  Information technology services
72223000  -  Information technology requirements review services
72224000  -  Project management consultancy services
72600000  -  Computer support and consultancy services
79100000  -  Legal services
79111000  -  Legal advisory services
79140000  -  Legal advisory and information services
79221000  -  Tax consultancy services
79400000  -  Business and management consultancy and related services
79410000  -  Business and management consultancy services
79412000  -  Financial management consultancy services
79413000  -  Marketing management consultancy services
79414000  -  Human resources management consultancy services
79418000  -  Procurement consultancy services
90713000  -  Environmental issues consultancy services
II.2.4)

Description of the procurement

Bus Eireann intends to establish Frameworks of service providers under a range of Professional and Advisory services:
The disciplines will divided into the following Lots
5. Financial Services
At the tender stage of this process, it is envisaged that BE will select a number of service providers in respect of each discipline (lot) for appointment to a multi-provider framework agreement on the basis of the most economically advantageous tender. At tender stage the Lots detailed above may be subdivided into various disciplines under the lot as described above.
Work may be awarded on a ranking basis or by a mini tender. The ranking of the entities will be based on the Award Criteria contained in the tender documentation. If work is being awarded by mini tender from the framework, each framework member will be approached and awarded work against the criteria contained within the mini tender document.
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: 48
This contract is subject to renewal: no
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
II.2)

Description

II.2.1)

Title

Change Management
Lot No:  6
II.2.2)

Additional CPV code(s)

72224000  -  Project management consultancy services
79400000  -  Business and management consultancy and related services
79410000  -  Business and management consultancy services
II.2.4)

Description of the procurement

Bus Eireann intends to establish Frameworks of service providers under a range of Professional and Advisory services:
The disciplines will divided into the following Lots
1. Engineering Services
2. Environmental, Health and Safety Services
3. Regulatory Advice Services
4. IT Services
5. Financial Services
6. Change Management
7. Strategy and Management Services
8. Transportation & Property Management
At the tender stage of this process, it is envisaged that BE will select a number of service providers in respect of each discipline (lot) for appointment to a multi-provider framework agreement on the basis of the most economically advantageous tender. At tender stage the Lots detailed above may be subdivided into various disciplines under the lot as described above.
Work may be awarded on a ranking basis or by a mini tender. The ranking of the entities will be based on the Award Criteria contained in the tender documentation. If work is being awarded by mini tender from the framework, each framework member will be approached and awarded work against the criteria contained within the mini tender document.
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: 48
This contract is subject to renewal: no
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
II.2)

Description

II.2.1)

Title

Strategy and Management Services
Lot No:  7
II.2.2)

Additional CPV code(s)

79400000  -  Business and management consultancy and related services
79410000  -  Business and management consultancy services
79412000  -  Financial management consultancy services
79413000  -  Marketing management consultancy services
79414000  -  Human resources management consultancy services
79418000  -  Procurement consultancy services
II.2.4)

Description of the procurement

Bus Eireann intends to establish Frameworks of service providers under a range of Professional and Advisory services:
The disciplines will divided into the following Lots
1. Engineering Services
2. Environmental, Health and Safety Services
3. Regulatory Advice Services
4. IT Services
5. Financial Services
6. Change Management
7. Strategy and Management Services
8. Transportation & Property Management
At the tender stage of this process, it is envisaged that BE will select a number of service providers in respect of each discipline (lot) for appointment to a multi-provider framework agreement on the basis of the most economically advantageous tender. At tender stage the Lots detailed above may be subdivided into various disciplines under the lot as described above.
Work may be awarded on a ranking basis or by a mini tender. The ranking of the entities will be based on the Award Criteria contained in the tender documentation. If work is being awarded by mini tender from the framework, each framework member will be approached and awarded work against the criteria contained within the mini tender document.
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: 48
This contract is subject to renewal: no
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
II.2)

Description

II.2.1)

Title

Transportation & Property Management
Lot No:  8
II.2.2)

Additional CPV code(s)

70330000  -  Property management services of real estate on a fee or contract basis
70332200  -  Commercial property management services
70332300  -  Industrial property services
71310000  -  Consultative engineering and construction services
II.2.4)

Description of the procurement

Bus Eireann intends to establish Frameworks of service providers under a range of Professional and Advisory services:
The disciplines will divided into the following Lots
1. Engineering Services
2. Environmental, Health and Safety Services
3. Regulatory Advice Services
4. IT Services
5. Financial Services
6. Change Management
7. Strategy and Management Services
8. Transportation & Property Management
At the tender stage of this process, it is envisaged that BE will select a number of service providers in respect of each discipline (lot) for appointment to a multi-provider framework agreement on the basis of the most economically advantageous tender. At tender stage the Lots detailed above may be subdivided into various disciplines under the lot as described above.
Work may be awarded on a ranking basis or by a mini tender. The ranking of the entities will be based on the Award Criteria contained in the tender documentation. If work is being awarded by mini tender from the framework, each framework member will be approached and awarded work against the criteria contained within the mini tender document.
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: 48
This contract is subject to renewal: no
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.2)

Conditions related to the contract

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Negotiated procedure with prior call for competition
IV.1.8)

Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement : no
IV.2)

Administrative information

IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  22/08/2019
Local time:  15:00
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English, Scottish Gaelic

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  yes
Estimated timing for further notices to be published:  
4 years
VI.4)

Procedures for review

VI.4.1)

Review body

High Court
Inns Quay Dublin 7
Dublin
7
IE