Contract notice

Information

Published

Date of dispatch of this notice: 17/02/2023

Expire date: 07/04/2023

External Reference: 2023-262302

TED Reference: 2023/S 038-112528

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, D02WT20
Dublin
D02WT20
IE
Contact person: Bolanle Ajayi
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=233244&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

Body governed by public law
I.5)

Main activity

Other activity:  Transport

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Minor Works Framework for use by Local Authorities and Transport Agencies for projects funded by the Authority.
II.1.2)

Main CPV code

45000000  -  Construction work
II.1.3)

Type of contract

Works
II.1.4)

Short description

National Transport Authority Minor Works Framework for use by Local Authorities and
Transport Agencies for projects funded by the Authority.
The Authority requires the design and execution of various sustainable transport related
minor works, including but not limited to:
• Bus stops
• Bus laybys
• Bus Parking areas
• Bus turning areas
• Bus stop and interchange facilities
• Footpaths/Cycle paths
• School zones
• Road works
• Minor building works including depot yards and buildings
at various locations as may be specified by the Employer in each Works Contract, together
with all ancillary and associated works set out in the Works Requirements and the Contract.
II.1.5)

Estimated total value

Value excluding VAT: 100000000.00  EUR
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

45000000  -  Construction work
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 requires the design and execution of various sustainable transport related
minor works, including but not limited to:
• Bus stops
• Bus laybys
• Bus Parking areas
• Bus turning areas
• Bus stop and interchange facilities
• Footpaths/Cycle paths
• School zones
• Road works
• Minor building works including depot yards and buildings
at various locations as may be specified by the Employer in each Works Contract, together
with all ancillary and associated works set out in the Works Requirements and the Contract.
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: 100000000.00  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.2.10)

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 the 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.2)

Conditions related to the contract

III.2.2)

Contract performance conditions

As set out in the 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

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:  27/03/2023
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:  22/09/2023
IV.2.7)

Conditions for opening of tenders

Date:  27/03/2023
Local time:  12:00

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.3)

Additional information

The Contracting Authority will not be responsibility 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 cancelled or postponed. All costs incurred
by interested parties in participating in this competition must be borne by them.
Any contracting award will be subject to a number of preconditions, including production of a
current tax clearance certificate or tax clearance statement from the Revenue of
Commissioners in Ireland.
The Contracting Authority may terminate this competition (or part of it), change the
competition's basis or procedures, procure the contract by other means, negotiate with one
or more parties at any time, or to do any combination of the foregoing or anything else
deemed appropriate. In no instance will the Contracting Authority be required to give any
reason for any alteration or termination of the process. The most economically advantageous
or any tender will not automatically be accepted.
Refer to the 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 Public Authority Contracts)
Regulations 2016