Contract notice

Information

Published

Date of dispatch of this notice: 02/11/2020

Expire date: 09/12/2020

External Reference: 2020-237236

TED Reference: 2020/S 217-531605

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

National Transport Authority
N/A
Dun Sceine, Iveagh Court, Harcourt Lane
Dublin 2
D02 WT20
IE
Contact person: Ellen O'Connor
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=177233&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 Smarter Travel Services
II.1.2)

Main CPV code

98110000  -  Services furnished by business, professional and specialist organisations
II.1.3)

Type of contract

Services
II.1.4)

Short description

The NTA are seeking a Service Provider to deliver the following services:
-Smarter Travel Workplaces Programme
-Smarter Travel Campus Programme
-Oversight of Green Schools Travel Programme
-Assisting the NTA in the area of mobility management
-Bike Week and Other national/EU mobility promotions
-Provide stakeholder engagement support throughout the rollout of the BusConnects project and other major projects that NTA is involved in delivering.
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

72224000  -  Project management consultancy services
73000000  -  Research and development services and related consultancy services
73200000  -  Research and development consultancy services
73210000  -  Research consultancy services
73220000  -  Development consultancy services
79000000  -  Business services: law, marketing, consulting, recruitment, printing and security
79342000  -  Marketing services
79411000  -  General management consultancy services
79413000  -  Marketing management consultancy services
79421000  -  Project-management services other than for construction work
79952000  -  Event services
80000000  -  Education and training services
90710000  -  Environmental management
92000000  -  Recreational, cultural and sporting services
98000000  -  Other community, social and personal services
98111000  -  Services furnished by business organisations
II.2.4)

Description of the procurement

The NTA are seeking a Service Provider to deliver the following services:
-Smarter Travel Workplaces Programme
-Smarter Travel Campus Programme
-Oversight of Green Schools Travel Programme
-Assisting the NTA in the area of mobility management
-Bike Week and Other national/EU mobility promotions
-Provide stakeholder engagement support throughout the rollout of the BusConnects project and other major projects that NTA is involved in delivering.
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: 24
This contract is subject to renewal: yes
Description of renewals:  
The expected initial term of the contract will be 2 years, with the option to extend on an annual basis thereafter up to a maximum total 4 year contract. The option to extend rests solely with the Authority and will be based on service requirements, supplier performance and the availability of funding.
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.
III.2.3)

Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract

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:  09/12/2020
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:  07/06/2021
IV.2.7)

Conditions for opening of tenders

Date:  09/12/2020
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 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
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. 130/2010 European Communities (Public Authorities' Contracts) (Review Procedures) Regulations 2010 (in particular Regulation 7 thereof).