Contract notice - utilities

Information

Published

Date of dispatch of this notice: 17/02/2022

Expire date: 24/03/2022

External Reference: 2022-236452

TED Reference: 2022/S 037-096755

Contract notice - utilities

Contract notice – utilities

Services

Directive 2014/25/EU

Section I: Contracting entity

I.1)

Name and addresses

National Transport Authority
N/A
Dun Sceine, Iveagh Court, Harcourt Lane,
Dublin
D02 WT20
IE
Contact person: Adrianne Cox
Telephone: +353 18798300
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=207707&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.6)

Main activity

Urban railway, tramway, trolleybus or bus services

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Supply of Bus Stop Information Printed Material
II.1.2)

Main CPV code

79800000  -  Printing and related services
II.1.3)

Type of contract

Services
II.1.4)

Short description

The Authority is seeking a supplier to provide printing services for bus stop information. Printed material is required for attachment to Bus Stop Pole flags, bus Shelter Head Plates, bus pole Information Display Panels and bus stop Shelter Information Panels.
The supplier will be required to be an experienced printing contractor, and shall print, supply and deliver vinyl prints for Bus Stop Pole flags, vinyl prints for bus stop Shelter Head Plates, PVC Plastic prints for Bus Stop Pole Information Display Panels on bus stop poles and Shelter Information Panels.
The supplier will be required to take receipt of the PDF designs and printing notes from the Authority via a Sharepoint portal, or using a similar arrangement, as determined and set up by the Authority for the project. The supplier will be required to set up a system in which the prints for each stop number are easily identifiable in sequential Bus Stop number order for delivery to the nominated delivery point.
II.1.5)

Estimated total value

Value excluding VAT: 480000.00  EUR
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

22000000  -  Printed matter and related products
22458000  -  Bespoke printed matter
22900000  -  Miscellaneous printed matter
30199310  -  Embossed or perforated printing paper
79810000  -  Printing services
79811000  -  Digital printing services
79820000  -  Services related to printing
79823000  -  Printing and delivery services
79824000  -  Printing and distribution services
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
Main site or place of performance:  
IRELAND
II.2.4)

Description of the procurement

The Authority is seeking a supplier to provide printing services for bus stop information. printed material is required for attachment to Bus Stop Pole flags, bus Shelter Head Plates, bus pole Information Display Panels and bus stop Shelter Information Panels as required.
The supplier will be required to be an experienced printing contractor, and shall be required to print, supply and deliver vinyl prints for Bus Stop Pole flags (two faces), vinyl prints for bus stop Shelter Head Plates (two faces), PVC Plastic prints for Bus Stop Pole Information Display Panels on bus stop poles (two faces), and Shelter Information Panels (one face).
The supplier will be required to take receipt of the PDF designs and printing notes from the Authority via a Sharepoint portal, or using a similar arrangement, as determined and set up by the Authority for the project.
The supplier will be required to set up a system in which the prints for each stop number are easily identifiable in sequential bus stop number order for delivery to the nominated delivery point.
The application of the vinyl prints to the flags and head plates, and the insertion of the prints for the information display panels will be undertaken by others. There may also be a requirement for some on site application works or application of vinyl prints at the suppliers premises at the Authority’s request.
The scope includes the delivery of the printed material and training of the Authority’s nominated contractors on how to apply, maintain and remove the printed material to achieve the highest performance and design life of the product.
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: 480000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 36
This contract is subject to renewal: yes
Description of renewals:  
The intended duration of the Contract is a three (3) year period. The Authority may renew the contract for an additional one (1) year period, subject to satisfactory performance, cost effectiveness and a continuing requirement for the supply of printed information.
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 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.1.4)

Objective rules and criteria for participation

List and brief description of rules and criteria: As set out in Procurement documents.
III.1.6)

Deposits and guarantees required

As set out in Procurement documents.
III.1.7)

Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them

As set out in Procurement documents.
III.1.8)

Legal form to be taken by the group of economic operators to whom the contract is to be awarded

As set out in Procurement documents.
III.2)

Conditions related to the contract

III.2.2)

Contract performance conditions

As set out in Procurement documents.

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

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 : yes
IV.2)

Administrative information

IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  24/03/2022
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

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

Conditions for opening of tenders

Date:  24/03/2022
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 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
D7
IE
Telephone: +353 18886000
Fax: +353 18886125
Internet address: https://www.courts.ie

VI.4.3)

Review procedure

Precise information on deadline(s) for review procedures: 
As set out in S.I. No. 131/2010 European Communities (Award of Contracts by Utilities Undertakings) (Review Procedures) Regulations 2010 (in particular Regulation 7 thereof).