Contract notice

Information

Published

Date of dispatch of this notice: 29/07/2020

Expire date: 04/09/2020

External Reference: 2020-292779

TED Reference: 2020/S 148-363390

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
Dublin
D02WT20
IE
Contact person: Fran Kehoe
Telephone: +353 18798300
Fax: +353 01-8798333
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=171378&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 Event Management Services including Audio Visual Services
II.1.2)

Main CPV code

79952000  -  Event services
II.1.3)

Type of contract

Services
II.1.4)

Short description

The Authority on behalf of BusConnects wishes to appoint a suitably qualified Service Provider for the provision of event management services including audio visual services for a series of BusConnects events. The purpose of these events shall be to allow members of the public open access to BusConnects information. The scope of the Services required also includes the potential for similar events as required by the Authority.
Tenderers shall note that all Services required under the proposed Contract shall be drawn down at the absolute discretion of the Authority and are dependent on the changing needs of the Authority. The Authority is under no obligation to draw down all and/or any of the Services under the proposed Contract.
The scope of the Services required by the Authority consists of the following areas:
- event pre-planning services;
- indoor event management services (including audio visual services); and
- outdoor event management services.
.
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

79000000  -  Business services: law, marketing, consulting, recruitment, printing and security
79952000  -  Event services
32321200  -  Audio-visual equipment
II.2.3)

Place of performance

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

Description of the procurement

The Authority on behalf of BusConnects wishes to appoint a suitably qualified Service Provider for the provision of event management services including audio visual services for a series of BusConnects events. The purpose of these events shall be to allow members of the public open access to BusConnects information. The scope of the Services required also includes the potential for similar events as required by the Authority.
Tenderers shall note that all Services required under the proposed Contract shall be drawn down at the absolute discretion of the Authority and are dependent on the changing needs of the Authority. The Authority is under no obligation to draw down all and/or any of the Services under the proposed Contract.
The scope of the Services required by the Authority consists of the following areas:
- event pre-planning services;
- indoor event management services (including audio visual services); and
- outdoor event management services.
For all events, the Service Provider must have the ability to implement effectively the relevant and most up to date National Government Guidelines regarding Covid-19 and all relevant health and safety measures.
A description of typical indoor events (a “Standard Information Event” and a “Standard Meeting Event”) and a typical outdoor event is set out in the procurement documents.
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Event Pre-Planning Services  /  Weighting:  25
Quality criterion  -  Name:  Indoor Event Management Services (including Audio Visual Services)  /  Weighting:  25
Quality criterion  -  Name:  Outdoor Event Management Services  /  Weighting:  10
Price  -  Weighting:  40
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 Contract shall be for an initial period of two (2) years. If the Services are deemed to be satisfactory, the Contract may be renewed for a period or periods of up to a maximum of one (1) year after the end of the second year. The extension of the Contract shall be at the full discretion of the Authority.
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.2.14)

Additional information

See procurement documents

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:  See 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

See procurement 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:  04/09/2020
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

Tender must be valid until:  03/03/2021
IV.2.7)

Conditions for opening of tenders

Date:  04/09/2020
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 7 D7
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: 
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).