Contract notice

Information

Published

Date of dispatch of this notice: 18/12/2020

Expire date: 12/02/2021

External Reference: 2020-232538

TED Reference: 2020/S 250-625014

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, 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=180291&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 Visualisation Services
II.1.2)

Main CPV code

79340000  -  Advertising and marketing services
II.1.3)

Type of contract

Services
II.1.4)

Short description

The National Transport Authority requires the provision of visualisation services for multi-modal transport related plans and projects. The purpose is to provide clear visual communication of transport related plans and infrastructure using a range of formats and techniques.
The Authority requires a consultant to work on the areas listed below. The following list is indicative of the type of services the Authority will require. These services are indicative only, are not exhaustive and are subject to change.
1. Photography;
2. Photomontages (Accurate Visual Representations)
3. 3-D visualisations;
4. Collages; and
5. Animation.
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

22462000  -  Advertising material
71354100  -  Digital mapping services
79000000  -  Business services: law, marketing, consulting, recruitment, printing and security
79341000  -  Advertising services
79341100  -  Advertising consultancy services
79342000  -  Marketing services
79342100  -  Direct marketing services
79413000  -  Marketing management consultancy services
79822500  -  Graphic design services
79960000  -  Photographic and ancillary services
79961000  -  Photographic services
79961100  -  Advertising photography services
79961200  -  Aerial photography services
79961300  -  Specialised photography services
92100000  -  Motion picture and video services
92110000  -  Motion picture and video tape production and related services
92111000  -  Motion picture and video production services
92111210  -  Advertising film production
92111220  -  Advertising video-tape production
92112000  -  Services in connection with motion-picture and video-tape production
II.2.4)

Description of the procurement

The National Transport Authority requires the provision of visualisation services for multi-modal transport related plans and projects. The purpose is to provide clear visual communication of transport related plans and infrastructure using a range of formats and techniques.
The Authority requires a consultant to work on the areas listed below. The following list is indicative of the type of services the Authority will require. These services are indicative only, are not exhaustive and are subject to change.
1. Photography;
2. Photomontages (Accurate Visual Representations)
3. 3-D visualisations;
4. Collages; and
5. Animation.
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 NTA may renew the contract annually up to a maximum of 2 years, subject to satisfactory performance, cost effectiveness and continuing scale of requirement.
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:  05/02/2021
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

Duration in months : 6  (from the date stated for receipt of tender)
IV.2.7)

Conditions for opening of tenders

Date:  05/02/2021
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).