Contract award notice - utilities

Information

Published

Date of dispatch of this notice: 20/08/2019

External Reference: 2019-264011

TED Reference: 2019/S 161-397358

Contract award notice - utilities

Contract award notice – utilities

Results of the procurement procedure

Services

Directive 2014/25/EU

Section I: Contracting entity

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.6)

Main activity

Urban railway, tramway, trolleybus or bus services

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Provision of Consultancy Services for the preparation of Environmental Impact Assessments and Transport Impact Assessments for the BusConnects Core Bus Corridor Programme
II.1.2)

Main CPV code

71313400  -  Environmental impact assessment for construction
II.1.3)

Type of contract

Services
II.1.4)

Short description

The National Transport Authority requires the services of a Service Provider to undertake services relating to the identification and mitigation of environmental impacts imposed by the BusConnects Programme. Please refer to the tender documents for further information.
II.1.6)

Information about lots

This contract is divided into lots: no
II.1.7)

Total value of the procurement ( Agree to publish? yes )

Value excluding VAT:  12395531.00  EUR
II.2)

Description

II.2.2)

Additional CPV code(s)

45262640  -  Environmental improvement works
60112000  -  Public road transport services
71220000  -  Architectural design services
71242000  -  Project and design preparation, estimation of costs
71300000  -  Engineering services
71313000  -  Environmental engineering consultancy services
71313420  -  Environmental standards for construction
71313430  -  Environmental indicators analysis for construction
71313440  -  Environmental Impact Assessment (EIA) services for construction
71320000  -  Engineering design services
71322000  -  Engineering design services for the construction of civil engineering works
71322500  -  Engineering-design services for traffic installations
71323000  -  Engineering-design services for industrial process and production
71327000  -  Load-bearing structure design services
71330000  -  Miscellaneous engineering services
71332000  -  Geotechnical engineering services
71335000  -  Engineering studies
71340000  -  Integrated engineering services
71400000  -  Urban planning and landscape architectural services
71600000  -  Technical testing, analysis and consultancy services
79415200  -  Design consultancy services
90713000  -  Environmental issues consultancy services
90720000  -  Environmental protection
II.2.4)

Description of the procurement

The NTA requires a Service Provider (SP) to undertake services relating to the identification and mitigation of environmental impacts imposed by the BusConnects Programme, including but not limited to:
• The preparation of an over-arching assessment of environmental and transport impacts and detailing the cumulative impacts of the Programme as a whole.
• The development, in conjunction with all other relevant service providers, of a Construction Strategy.
• The undertaking of a separate Environmental Impact Assessment (EIA) and preparation of a subsequent Environmental Impact Assessment Report (EIAR) for each of the 12 Schemes, prepared in accordance with all relevant legislation and industry best practice. These shall include Natura Impact Statements as appropriate for each Scheme.
• The undertaking of a comprehensive strategic transport analysis and assessment for the Programme as a whole and the preparation of an overall Transport Impact Assessment (TIA) for the Programme.
• Aligned with the TIA, to undertake a comprehensive transport analysis and assessment for each Scheme, including the provision of a Transport Impact Assessment for each Scheme.
• The identification and development of proposed mitigation measures for incorporation into the EIAR and specimen design where required.
• The preparation of documentation for the statutory processes to include the preparation of documentation and presentation of evidence at oral hearings
• The collaboration with the EDs on all matters in relation to the Environmental Impact and Transport Impact of the Programme.
• The provision of advices, as necessary, on all matters relating to the environment as they relate to the Programme.
• The provision of key inputs to and collaborating with the appointed Business Case Service Provider to support the delivery of the Detailed Business Case.
• The preparation of the environmental and transport sections of the tender documents in accordance with the agreed Construction Strategy.
II.2.5)

Award criteria ( Agree to publish? yes )

Criteria below
Quality criterion  -  Name:  Proposed Programme Team  /  Weighting:  250
Quality criterion  -  Name:  Collaboration Approach  /  Weighting:  150
Quality criterion  -  Name:  Modelling Approach  /  Weighting:  150
Quality criterion  -  Name:  Approach to Cumulative Effects & Interrelationships  /  Weighting:  150
Price  -  Weighting:  300
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 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.2.1)

Previous publication concerning this procedure

Notice number in the OJ S: 2019/S 094-228337

Section V: Award of contract

Contract No: 1

Title: Provision of Consultancy Services for the preparation of Environmental Impact Assessments and Transport Impact Assessments for the BusConnects Core Bus Corridor Programme

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

26/07/2019
V.2.2)

Information about tenders ( Agree to publish? yes )

Number of tenders received:  1
Number of tenders received from SMEs:  0
Number of tenders received from tenderers from other EU Member States:  0
Number of tenders received from tenderers from non-EU Member States:  0
Number of tenders received by electronic means:  1
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor ( Agree to publish? yes )

Jacobs Engineering Ireland Ltd
4806442L
Merrion House
Dublin 4
Merrion Road
IE
Telephone: +353 12614149
Internet address: http://www.jacobs.com

The contractor is an SME : no
V.2.4)

Information on value of the contract/lot (excluding VAT) ( Agree to publish? yes )

Total value of the contract/lot:  12395531.00  EUR

Section VI: Complementary information

VI.3)

Additional information

The NTA will not be responsible for any costs, charges or expenses incurred by candidates or tenderers relating to any of the contract award procedures irrespective of the outcome the competition, or if the competition is postponed or cancelled.
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), or change the basis of, and the procedures for, the bidding process, at any time, or procure the services by alternative means if it appears that the services can thereby be more advantageously procured. The most economically advantageous or any tender will not automatically be accepted.
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