Contract notice

Information

Published

Date of dispatch of this notice: 03/12/2020

Expire date: 26/01/2021

External Reference: 2020-216971

TED Reference: 2020/S 239-591135

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

National Transport Authority
N/A
Dún Scéine, Iveagh Court, Harcourt Lane, Adelaide Road
Dublin 2
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=179420&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

Transport Modelling Framework for transport related projects funded by the National Transport Authority
II.1.2)

Main CPV code

60100000  -  Road transport services
II.1.3)

Type of contract

Services
II.1.4)

Short description

The objective of this competition is to establish a framework of suitable qualified service providers who will be available, upon request, to tender for certain transport related modelling services. It is intended that this framework will include as contracting authorities all of the local authorities in the State in addition to Eastern and Midland Regional Assembly, Northern and Western Regional Assembly, Southern Regional Assembly, Iarnród Éireann and Transport Infrastructure Ireland.
All or some of the following services may be required in respect of projects or proposals funded by the Authority, together with any ancillary services which may be inferred therefrom or be necessary to carry out the services, inter alia, divided into six categories:
• Strategic transport models;
• Local area models;
• Microsimulation models;
• Junction models;
• Bespoke models; and
• Model Development.
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

60000000  -  Transport services (excl. Waste transport)
60112000  -  Public road transport services
63524000  -  Transport document preparation services
63710000  -  Support services for land transport
63712000  -  Support services for road transport
71300000  -  Engineering services
71311200  -  Transport systems consultancy services
II.2.4)

Description of the procurement

The objective of this competition is to establish a framework of suitable qualified service providers who will be available, upon request, to tender for certain transport related modelling services. It is intended that this framework will include as contracting authorities all of the local authorities in the State in addition to Eastern and Midland Regional Assembly, Northern and Western Regional Assembly, Southern Regional Assembly, Iarnród Éireann and Transport Infrastructure Ireland.
All or some of the following services may be required in respect of projects or proposals funded by the Authority, together with any ancillary services which may be inferred therefrom or be necessary to carry out the services, inter alia, divided into six categories:
• Strategic transport models;
• Local area models;
• Microsimulation models;
• Junction models;
• Bespoke models; and
• Model Development.
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: no
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.1.3)

Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement:  6
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:  11/01/2021
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:  06/07/2021
IV.2.7)

Conditions for opening of tenders

Date:  11/01/2021
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. 130/2010 European Communities (Public Authorities' Contracts) (Review
Procedures) Regulations 2010 (in particular Regulation 7 thereof).