Contract notice

Information

Published

Date of dispatch of this notice: 13/11/2020

Expire date: 17/12/2020

External Reference: 2020-215294

TED Reference: 2020/S 225-553767

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: Mark Bradwell
Telephone: +353 01-8798362
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=178080&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 Technician Services for Sustainable Transport On-Street Designs
II.1.2)

Main CPV code

71000000  -  Architectural, construction, engineering and inspection services
II.1.3)

Type of contract

Services
II.1.4)

Short description

The Authority currently requires two CAD Technicians to perform the services as further described in the attached Request for Tenders in the Authority’s offices in Dublin. The Transport Planning and Investment Department of the NTA delivers transport infrastructure including, pedestrian, cycling, bus, light rail, metro and heavy rail. Some of these projects are developed by the NTA itself, while others are developed in cooperation with other delivery agencies. Its schemes ensure the effective management of traffic and transport demand within the Greater Dublin Area. The Transport Planning and Investment Department is seeking the provision of Technical Services to assist in the delivery of these projects, with a particular emphasis on sustainable transport schemes. The key service required under this Contract is the provision of experienced CAD Technicians, to be based in the NTA offices, to undertake drafting and design work.
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

71243000  -  Draft plans (systems and integration)
71245000  -  Approval plans, working drawings and specifications
71311000  -  Civil engineering consultancy services
71318000  -  Advisory and consultative engineering services
71320000  -  Engineering design services
72212300  -  Document creation, drawing, imaging, scheduling and productivity software development services
72212320  -  Drawing and imaging software development services
72212321  -  Computer-aided design (CAD) software development services
II.2.3)

Place of performance

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

Description of the procurement

The Authority currently requires two CAD Technicians to perform the services as further described in the attached Request for Tenders in the Authority’s offices in Dublin. The Transport Planning and Investment Department of the NTA delivers transport infrastructure including, pedestrian, cycling, bus, light rail, metro and heavy rail. Some of these projects are developed by the NTA itself, while others are developed in cooperation with other delivery agencies. Its schemes ensure the effective management of traffic and transport demand within the Greater Dublin Area. The Transport Planning and Investment Department is seeking the provision of Technical Services to assist in the delivery of these projects, with a particular emphasis on sustainable transport schemes. The key service required under this Contract is the provision of experienced CAD Technicians, to be based in the NTA offices, to undertake drafting and design work.
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 term of the contract will be for an initial period of two years with the option to extend annually by two years up to a maximum Contract duration of four years at the sole 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

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:  17/12/2020
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:  17/06/2021
IV.2.7)

Conditions for opening of tenders

Date:  17/12/2020
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 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
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).