Contract notice

Information

Published

Date of dispatch of this notice: 20/08/2021

Expire date: 08/10/2021

External Reference: 2021-272298

TED Reference: 2021/S 164-431219

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

National Transport Authority
Dun Sceine Harcourt Lane
Dublin
D02 WT20
IE
Contact person: Orlagh McGowan
Telephone: +353 18798300
Fax: +353 18798333
NUTS code:  IE -  IRELAND
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=196050&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

Framework for the Provision of Financial Advisory Services Including Financial Advisory Services For Transport Related Projects Funded By The National Transport Authority
II.1.2)

Main CPV code

66171000  -  Financial consultancy services
II.1.3)

Type of contract

Services
II.1.4)

Short description

The National Transport Authority (“NTA”) wishes to establish a Multi Supplier Framework for the Provision of Financial Advisory Services including Financial Advisory Services for Transport Related Projects funded by the NTA. The primary objective of the establishment of the framework is to support the NTA in the performance of its statutory and non-statutory functions and to support the successful delivery of any transport related projects which are funded by the NTA. Following consideration of tenders received, the NTA may, at its discretion, enter into framework agreements with a maximum of five (5) tenderers, subject to that number meeting the minimum criteria and submitting the most economically advantageous tenders.
II.1.5)

Estimated total value

Value excluding VAT: 550000.00  EUR
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

66000000  -  Financial and insurance services
66170000  -  Financial consultancy, financial transaction processing and clearing-house services
79211200  -  Compilation of financial statements services
79212100  -  Financial auditing services
79221000  -  Tax consultancy services
79412000  -  Financial management consultancy services
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
II.2.4)

Description of the procurement

The National Transport Authority (“NTA”) wishes to establish a Multi Supplier Framework for the Provision of Financial Advisory Services including Financial Advisory Services for Transport Related Projects funded by the NTA. The primary objective of the establishment of the framework is to support the NTA in the performance of its statutory and non-statutory functions and to support the successful delivery of any transport related projects which are funded by the NTA. The framework shall comprise of suitably qualified service providers who will be available, upon request, to tender for certain financial advisory services required directly by the NTA for NTA based projects and/or for certain financial advisory services in respect of Transport Related Projects funded by the NTA. Following consideration of tenders received, the NTA may, at its discretion, enter into framework agreements with a maximum of five (5) tenderers, subject to that number meeting the minimum criteria and submitting the most economically advantageous tenders. 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, Dublin Bus, Bus Éireann, Transport Infrastructure Ireland and An Taisce. The scope of the services that may be required relate to the provision of financial advisory services and the extent of the services to be performed under any particular engagement will be set out in the services contracts which will be awarded following ‘call-off’ competitions conducted in accordance with the framework rules set out in the draft contract. The expected term of the framework agreements will be four (4) years. Refer to the procurement documents for full information.
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 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

As set out in the procurement 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:  5
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:  24/09/2021
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:  23/08/2022
IV.2.7)

Conditions for opening of tenders

Date:  24/09/2021
Local time:  12:00
Place:  
Dublin

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. The estimated total value of the framework is indicative only and relates solely to financial advisory services that may be required directly by the NTA for NTA based projects over the four (4) year term of the framework. It does not account for the estimated value of financial advisory services that may be required by other contracting authorities specified as part of the framework in respect of Transport Related Projects funded by the NTA.
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
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).