Contract notice

Information

Published

Date of dispatch of this notice: 26/07/2022

Expire date: 20/09/2022

External Reference: 2022-263033

TED Reference: 2022/S 145-414550

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

National Transport Authority
0000
Dun Sceine, Iveagh Court Harcourt Lane
Dublin
D02WT20
IE
Contact person: Paul Curran
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=219824&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 Agreement for the provision of Consultancy Services for design, construction management and other services for Transport Projects of Estimated Value Less Than €3million funded by the Na
II.1.2)

Main CPV code

71320000  -  Engineering design services
II.1.3)

Type of contract

Services
II.1.4)

Short description

The scope that may be required pursuant to the Framework Agreement includes the provision of Engineering Consultancy Services for transport and transport related projects, with an estimated value of less than €3,000,000.
II.1.5)

Estimated total value

Value excluding VAT: 50000000.00  EUR
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

71000000  -  Architectural, construction, engineering and inspection services
71300000  -  Engineering services
71400000  -  Urban planning and landscape architectural services
71500000  -  Construction-related services
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
II.2.4)

Description of the procurement

The scope that may be required pursuant to the Framework Agreement includes the provision of Engineering Consultancy Services for transport and transport related projects, with an estimated value of less than €3,000,000, including (but not limited to) the development, design, implementation and/or project management of: • Cycling and Cycleway schemes; • Bike Share schemes; • Pedestrian improvement schemes; • Street and/or road improvement schemes; • Junction improvement schemes; • Bus Priority Infrastructure measures; • Accessibility improvement and Permeability schemes; • Traffic management schemes; • ITS and related projects; • Park and Ride developments; • Bus stop and bus shelter provision; • Mobility hubs or interchange locations; • Projects under Safe Routes to Schools programmes; • Bus related infrastructure (note: this is intended to assist with depots and electrification); and • Other ancillary projects and studies associated with active travel and sustainable transport provision and overall traffic management.
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: 50000000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48
This contract is subject to renewal: yes
Description of renewals:  
The Framework Agreement will be for an initial period of 3 years. At the discretion of the Authority, the Framework Agreement may be extended annually up to a maximum of a further 1 years at the Authority’s sole discretion.
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
II.2.14)

Additional information

The Authority has indicated that €50 million is the estimated value. This is the maximum value expected of services to be drawn down off this Framework. The Authority reasonably expects the value of the services to be drawn down off this Framework as €40 million.

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.

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:  15
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:  06/09/2022
Local time:  00:00
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:  05/03/2023
IV.2.7)

Conditions for opening of tenders

Date:  06/09/2022
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. 130/2010 European Communities (Award of Public Authority Contracts) Regulations 2016.