Contract notice

Information

Published

Date of dispatch of this notice: 28/01/2022

Expire date: 28/02/2022

External Reference: 2022-207233

TED Reference: 2022/S 023-057947

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Meath County Council
N/A
Buvinda House, Dublin Road
Navan
Meath
IE
Contact person: Adrian Hobbs
Telephone: +353 0469097164
Fax: +353 0469097001
NUTS code:  IE062 -  Mid-East
Internet address(es):
Main address: http://www.meath.ie

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=206370&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

Regional or local authority
I.5)

Main activity

General public services

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Framework for specialist Transportation Consultancy Services on Non-National Road Schemes
Reference number:  MH-TRA-22-06
II.1.2)

Main CPV code

71311000  -  Civil engineering consultancy services
II.1.3)

Type of contract

Services
II.1.4)

Short description

Meath County Council as the Contracting Authority proposes to establish and operate a single
supplier Framework Agreement for specialist Transportation Consultancy Services for traffic and
transport studies and assessments.
The Contracting Authority may run call off contracts in accordance with the Framework
Agreement for an individual project with the Participant with an estimated value of
approximately €100,000 per annum. The Contracting Authority may choose to not use the
framework and to procure Transportation Consultancy Services outside of the Framework
Agreement.
II.1.5)

Estimated total value

Value excluding VAT: 400000.00  EUR
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

71300000  -  Engineering services
71318000  -  Advisory and consultative engineering services
71335000  -  Engineering studies
II.2.3)

Place of performance

NUTS code:  IE062 -  Mid-East
NUTS code:  IE06 -  Eastern and Midland
II.2.4)

Description of the procurement

Meath County Council as the Contracting Authority proposes to establish and operate a single
supplier Framework Agreement for specialist Transportation Consultancy Services for traffic and
transport studies and assessments.
The Contracting Authority may run call off contracts in accordance with the Framework
Agreement for an individual project with the Participant with an estimated value of
approximately €100,000 per annum. The Contracting Authority may choose to not use the
framework and to procure Transportation Consultancy Services outside of the Framework
Agreement.
It is currently anticipated that for any individual call-off contract under the framework, the scope
of service required may include any one or more of the following, although they may not be
limited to such services:
• Transport Assessments and Studies
• Preparation of Baseline data, including data collection, assessment, assimilation,
processing and reporting in tabular, chart, mapped and other formats
• Undertaking Transport and Traffic Modelling on public transport, non-vehicle transport
and motorised vehicles on road network including individual junctions, composite
junctions, village/town networks, zone/area of influence, etc.
• support for LAP/ABTA preparation
• Public and Stakeholder Consultations including preparations, organisation, attendance,
presentations, discussions, reviewing and reporting on consultations
• Attending and presenting to council meetings
• Liaison with statutory and non-statutory national/non-national organisations and Meath
County Council Planning and other departments re future development and identification
of future traffic and transportation needs, demands, issues and options.
• Preparation of concept designs, feasibility studies, Options including appraisal, options
development, assessment (multi-criteria)and reports
• Advising on health and safety requirements
• Advising/undertaking Road Safety Audits, Road User Audits and/or Road Safety Impact
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)

Estimated value

Value excluding VAT: 400000.00  EUR
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.2.9)

Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 5
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.2)

Conditions related to the contract

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Restricted 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 a single operator
IV.1.8)

Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement : no
IV.2)

Administrative information

IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  28/02/2022
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:  25/10/2022

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.4)

Procedures for review

VI.4.1)

Review body

High Court
Dublin
D1
IE