Contract notice

Information

Published

Date of dispatch of this notice: 17/06/2020

Expire date: 27/07/2020

External Reference: 2020-260817

TED Reference: 2020/S 118-286904

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

National Transport Authority
N/A
Dun Sceine
Harcourt Lane, Iveagh Court, Harcourt Lane
D02 WT20
IE
Contact person: Gerard Deenihan
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=168677&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 a Public Bus Service on Route 975 Longford to Cavan
II.1.2)

Main CPV code

60112000  -  Public road transport services
II.1.3)

Type of contract

Services
II.1.4)

Short description

The route extends between Longford and Cavan. The bus service is required to operate to specified times on Mondays to Saturday. The daily scheduled service kilometres required to be operated is approximately 615km Monday to Saturday.
The scope of the Services is expected to comprise but not be limited to the following principal requirements:
• Operate and maintain Bus Vehicles provided by the Tenderer for the duration of the Agreement;
• Operate reliable and punctual public bus services on the specified route, from Monday to Saturday inclusive during the hours of operation, anticipated to be 07:30 to 20:00 and to implement changes to the Services as directed by the Authority from time to time;
• Provide customer care;
• Collect, ticket and reconcile passenger fares; and
• Provide operational data to input to the Authority’s passenger information, journey planning systems and its contractual performance monitoring systems.
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

60130000  -  Special-purpose road passenger-transport services
60170000  -  Hire of passenger transport vehicles with driver
60172000  -  Hire of buses and coaches with driver
II.2.4)

Description of the procurement

The route extends between Longford and Cavan, stopping at the principal Stopping Places outlined in Request for Tenders. The bus service is required to operate to specified times on Mondays to Saturday. The daily scheduled service kilometres required to be operated is approximately 615km Monday to Saturday. Tenderers must satisfy themselves as to the accuracy of this figure.
The scope of the Services is expected to comprise but not be limited to the following principal requirements:
• Operate and maintain Bus Vehicles provided by the Tenderer for the duration of the Agreement;
• Operate reliable and punctual public bus services on the specified route, from Monday to Saturday inclusive during the hours of operation, anticipated to be 07:30 to 20:00 and to implement changes to the Services as directed by the Authority from time to time;
• Provide customer care;
• Collect, ticket and reconcile passenger fares; and
• Provide operational data to input to the Authority’s passenger information, journey planning systems and its contractual performance monitoring systems.
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: 36
This contract is subject to renewal: yes
Description of renewals:  
The expected term of the Contract will be from the date of commencement of the services for a period of three (3) years, with an option for monthly extensions of the Contract, at the discretion of the Authority, up to a maximum of twenty four (24) calendar months.
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 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.1.8)

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:  27/07/2020
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:  27/07/2020
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 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).