Contract award notice

Information

Published

Date of dispatch of this notice: 13/10/2022

External Reference: 2022-212197

TED Reference: 2022/S 201-572737

Contract award notice

Contract award notice

Results of the procurement procedure

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
Fax: +353 18798333
NUTS code:  IE -  IRELAND
Internet address(es):
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 Environmental Consultancy Services
II.1.2)

Main CPV code

71313000  -  Environmental engineering consultancy services
II.1.3)

Type of contract

Services
II.1.4)

Short description

The services to be performed may include:
1. Screening of plans, programmes and projects in order to assess their requirements under the relevant directives and applicable legislation; 2. Carrying out of all required stages of the following environmental assessment processes:a. Strategic Environmental Assessment;
b. Environmental Impact Assessment; c. Appropriate Assessment; and d. Flood Risk Assessment. In the case of plans and programmes, a to d may apply, in the case of projects, b and c may apply; 3. Undertaking extensive stakeholder and public consultation exercises, including public events, where required;
4. Undertaking monitoring of the environmental effects of NTA plans, programmes and projects as required;
5. Deliverables will include, depending on the precise task being undertaken, the following (this list is not exhaustive and may be added to during the lifetime of the contract and its extension if desired):
See Tender Documents for further details
II.1.6)

Information about lots

This contract is divided into lots: no
II.1.7)

Total value of the procurement

Value excluding VAT:  5000000.00  EUR
II.2)

Description

II.2.2)

Additional CPV code(s)

45262640  -  Environmental improvement works
60112000  -  Public road transport services
71220000  -  Architectural design services
71242000  -  Project and design preparation, estimation of costs
71300000  -  Engineering services
71313400  -  Environmental impact assessment for construction
71313420  -  Environmental standards for construction
71313430  -  Environmental indicators analysis for construction
71313440  -  Environmental Impact Assessment (EIA) services for construction
71320000  -  Engineering design services
71322000  -  Engineering design services for the construction of civil engineering works
71322500  -  Engineering-design services for traffic installations
71323000  -  Engineering-design services for industrial process and production
71327000  -  Load-bearing structure design services
71330000  -  Miscellaneous engineering services
71332000  -  Geotechnical engineering services
71335000  -  Engineering studies
71340000  -  Integrated engineering services
71400000  -  Urban planning and landscape architectural services
71600000  -  Technical testing, analysis and consultancy services
79415200  -  Design consultancy services
90713000  -  Environmental issues consultancy services
90720000  -  Environmental protection
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
II.2.4)

Description of the procurement

The services to be performed may include:
1. Screening of plans, programmes and projects in order to assess their requirements under the relevant directives and applicable legislation;
2. Carrying out of all required stages of the following environmental assessment processes:
a. Strategic Environmental Assessment;
b. Environmental Impact Assessment;
c. Appropriate Assessment; and
d. Flood Risk Assessment.
In the case of plans and programmes, a to d may apply, in the case of projects, b and c may apply;
3. Undertaking extensive stakeholder and public consultation exercises, including public events, where required;
4. Undertaking monitoring of the environmental effects of NTA plans, programmes and projects as required;
- 12 -
5. Deliverables will include, depending on the precise task being undertaken, the following (this list is not exhaustive and may be added to during the lifetime of the contract and its extension if desired):
a. Strategic Environmental Assessment
- Screening Report;
- Scoping Report;
- Environmental Report;
- Public Consultation Report;
- SEA Statement; and/or
- Monitoring Report.
b. Environmental Impact Assessment
- Screening Report;
- Scoping Report;
- Environmental Impact Assessment Report; and/or
- Public Consultation Report.
c. Habitats Directive Assessment
- Screening Report;
- Appropriate Assessment Natura Impact Statement;
- Assessment of Alternatives (if necessary); and;
- Assessment of Compensatory Measures (if necessary).
d. Flood Risk Assessment
- Flood Risk Assessment Report.
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Relevant Experience, Qualifications and Professional Expertise of Proposed Senior Management Team  /  Weighting:  70
Price  -  Weighting:  30
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 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
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.2.1)

Previous publication concerning this procedure

Notice number in the OJ S: 2022/S 022-055074

Section V: Award of contract

Contract No: 1

Title: Framework for Environmental Consultancy Services

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

21/09/2022
V.2.2)

Information about tenders

Number of tenders received:  11
Number of tenders received by electronic means:  11
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

AECOM Ireland Ltd
N/A
4th Floor, Adelphi Plaza
Co Dublin
George Street Upper
IE
Telephone: +353 6966220
NUTS code:  IE -  IRELAND

The contractor is an SME : no
V.2.4)

Information on value of the contract/lot (excluding VAT)

Initial estimated total value of the contract/lot:  5000000.00  EUR
Total value of the contract/lot:  5000000.00  EUR

Section V: Award of contract

Contract No: 2

Title: Framework for Environmental Consultancy Services

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

21/09/2022
V.2.2)

Information about tenders

Number of tenders received:  11
Number of tenders received by electronic means:  11
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

CAAS Ltd.
6334848F
1st Floor, 24-26 Ormond Quay Upper
Dublin
Dublin 7
IE
Telephone: +353 18721530
NUTS code:  IE -  IRELAND
Internet address: http://www.caas.ie

The contractor is an SME : yes
V.2.4)

Information on value of the contract/lot (excluding VAT)

Initial estimated total value of the contract/lot:  5000000.00  EUR
Total value of the contract/lot:  5000000.00  EUR

Section V: Award of contract

Contract No: 3

Title: Framework for Environmental Consultancy Services

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

21/09/2022
V.2.2)

Information about tenders

Number of tenders received:  11
Number of tenders received by electronic means:  11
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

Jacobs Engineering Ireland Ltd
4806442L
Merrion House
Dublin 4
Merrion Road
IE
Telephone: +353 12614149
NUTS code:  IE -  IRELAND
Internet address: http://www.jacobs.com

The contractor is an SME : no
V.2.4)

Information on value of the contract/lot (excluding VAT)

Initial estimated total value of the contract/lot:  5000000.00  EUR
Total value of the contract/lot:  5000000.00  EUR

Section V: Award of contract

Contract No: 4

Title: Framework for Environmental Consultancy Services

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

21/09/2022
V.2.2)

Information about tenders

Number of tenders received:  11
Number of tenders received by electronic means:  11
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

Roughan & O'Donovan
IE223146R
Arena House, Arena Road, Sandyford
Dublin D18 V8P6
Dublin
IE
Telephone: +353 012940800
NUTS code:  IE -  IRELAND
Internet address: http://www.rod.ie

The contractor is an SME : yes
V.2.4)

Information on value of the contract/lot (excluding VAT)

Initial estimated total value of the contract/lot:  5000000.00  EUR
Total value of the contract/lot:  5000000.00  EUR

Section V: Award of contract

Contract No: 5

Title: Framework for Environmental Consultancy Services

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

21/09/2022
V.2.2)

Information about tenders

Number of tenders received:  11
Number of tenders received by electronic means:  11
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

RPS Group Limited
4692126V
West Pier Business Campus,
Dublin
Dun Laoghaire
IE
Telephone: +353 14882900
NUTS code:  IE -  IRELAND

The contractor is an SME : yes
V.2.4)

Information on value of the contract/lot (excluding VAT)

Initial estimated total value of the contract/lot:  5000000.00  EUR
Total value of the contract/lot:  5000000.00  EUR

Section VI: Complementary information

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

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 Sector Contracts) (Review Procedures) Regulations 2010 (in particular Regulation 7 thereof).