Contract notice - utilities

Information

Published

Date of dispatch of this notice: 12/11/2019

Expire date: 12/12/2019

External Reference: 2019-264136

TED Reference: 2019/S 221-543223

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 Scéine, Iveagh Court, Adelaide Road
Dublin 2
D02 WT20
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=156876&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

Framework Agreement for Technical Consultancy Services for Transport Projects funded by the National Transport Authority
II.1.2)

Main CPV code

71311000  -  Civil engineering consultancy services
II.1.3)

Type of contract

Services
II.1.4)

Short description

The National Transport Authority is acting as a central purchasing body in respect
of a multi party framework agreement for the provision of multi-disciplinary
services for transport related projects. The list of Public Bodies that will be entitled
(but not obliged) to drawdown Services from the Framework Agreement, in
accordance with the rules of the Framework Agreement is set out in the Information Memorandum.
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

71300000  -  Engineering services
71310000  -  Consultative engineering and construction services
71311100  -  Civil engineering support services
71311200  -  Transport systems consultancy services
71311210  -  Highways consultancy services
71322000  -  Engineering design services for the construction of civil engineering works
71322100  -  Quantity surveying services for civil engineering works
71322500  -  Engineering-design services for traffic installations
71520000  -  Construction supervision services
II.2.3)

Place of performance

Main site or place of performance:  
Ireland
II.2.4)

Description of the procurement

The National Transport Authority is acting as a central purchasing body in respect
of a multi party framework agreement for the provision of multi-disciplinary
services for transport related projects. The list of Public Bodies that will be entitled
(but not obliged) to drawdown Services from the Framework Agreement, in
accordance with the rules of the Framework Agreement is set out in the Information Memorandum.
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: yes
Description of renewals:  
It is anticipated that the term of the Contract will be for three years, with the option for the Authority to extend the term for an additional one year. The option to extend rests solely with the Authority.
II.2.9)

Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 12
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.1.4)

Objective rules and criteria for participation

List and brief description of rules and criteria: As set out in the procurement documents.
III.1.6)

Deposits and guarantees required

As set out in the procurement documents.
III.1.7)

Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them

As set out in the procurement 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 procurement documents.
III.2)

Conditions related to the contract

III.2.2)

Contract performance conditions

As set out in the procurement documents.

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Restricted procedure
IV.1.3)

Information about a framework agreement or a dynamic purchasing system

Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement:  8
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:  12/12/2019
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:  20/07/2020

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
Dublin 7
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)