Contract notice

Information

Published

Date of dispatch of this notice: 23/02/2022

Expire date: 30/03/2022

External Reference: 2022-273847

TED Reference: 2022/S 041-105809

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

National Transport Authority
N/A
Dun Sceine, Iveagh Court, Harcourt Lane
Dublin 2
D02WT20
IE
Contact person: Carolyn Keegan
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=208246&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

Supply of Bus Stop Pole and RTPI Pole Foundation Sockets
II.1.2)

Main CPV code

34928440  -  Bus-stop posts
II.1.3)

Type of contract

Supplies
II.1.4)

Short description

The Authority is seeking a supplier to provide Foundation Sockets for the installation of new Bus Stop Poles and also to provide Foundation Sockets for the installation of RTPI Poles. For the avoidance of doubt, there are separate foundation sockets required for each use. The Foundation Socket for the Bus Stop Pole shall be capable of securing 60.3mm diameter pole vertically and the design shall mitigate the potential for rotation of the pole around its vertical axis. Likewise, the Foundation Socket for the RTPI Pole shall be capable of securing 114mm diameter pole vertically and the design shall mitigate the potential for rotation of the pole around its vertical axis. The Foundation Sockets shall be capable of facilitating the replacement of damaged poles without necessity for interference with the foundation. See Tender Documents for further details
II.1.5)

Estimated total value

Value excluding VAT: 572000.00  EUR
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

34928000  -  Road furniture
34928400  -  Urban furniture
35821000  -  Flags
35821100  -  Flagpole
44212321  -  Bus shelters
45233290  -  Installation of road signs
45233293  -  Installation of street furniture
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
II.2.4)

Description of the procurement

The Authority is seeking a supplier to provide Foundation Sockets for the installation of new Bus Stop Poles and also to provide Foundation Sockets for the installation of RTPI Poles. For the avoidance of doubt, there are separate foundation sockets required for each use. 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 Bus Stop Pole and RTPI Pole
Foundation Sockets. The Foundation Socket for the Bus Stop Pole shall be capable of securing 60.3mm diameter pole vertically and the design shall mitigate the potential for rotation of the pole around its vertical axis. Likewise, the Foundation Socket for the RTPI Pole shall be capable of securing 114mm diameter pole vertically and the design shall mitigate the potential for rotation of the
pole around its vertical axis. The Foundation Sockets shall be capable of facilitating the replacement of damaged poles without necessity for interference with the foundation. The scope includes the delivery of the sockets as required in accordance with Section 3.9 below
and training of the Authority’s nominated contractors on how to install, use and maintain the sockets to achieve the highest performance and design life of the product. The training shall be in person at the Tenderer’s premises or the delivery location in any of the five regions set out in Section 3.9. Tenderers shall allow for, at least, 5 training sessions per year, one per region.
The duration of these sessions will be at the discretion of the tenderer but shall be such that it clearly demonstrates to the contractor the correct use 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: 572000.00  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 Bus Stop Pole and RTPI Pole
Foundation Sockets
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.1.2)

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

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:  30/03/2022
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

Tender must be valid until:  30/09/2022
IV.2.7)

Conditions for opening of tenders

Date:  30/03/2022
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 NTA will not be responsible for any costs, charges or expenses incurred by candidates or tenderers relating to any of the contract award procedures irrespective of the outcome the competition, or if the competition is postponed or cancelled.
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), or change the basis of, and the procedures for, the bidding process, at any time, or procure the services by alternative means if it appears that the services can thereby be more advantageously procured. The most economically advantageous or any tender will not automatically be accepted.
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