Contract notice

Information

Published

Date of dispatch of this notice: 03/04/2023

Expire date: 19/05/2023

External Reference: 2023-272136

TED Reference: 2023/S 070-206852

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: Carolyn Keegan
Telephone: +353 18798300
Fax: +353 18798333
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=238655&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 for Provision of Quantity Surveying Services
II.1.2)

Main CPV code

71324000  -  Quantity surveying services
II.1.3)

Type of contract

Services
II.1.4)

Short description

The Authority intends to establish a framework of service providers for the Provision of Consultancy Quantity Surveying Services for Transport Projects funded by the National Transport Authority by entering into a framework agreement with a maximum of ten Tenderers who are ranked highest following assessment of the submitted Tenders. The list of service elements forming the Services are indicative only, are not exhaustive and are subject to change. The expected term of the framework will be three years with an option to extend for a further year at the sole discretion of the Authority. In addition, The Authority intends to enter into a contract with the most economically advantageous tenderer for the provision of Provision of Advisory Services to the NTA for Dun Laoghaire Central, Active Travel Improvements scheme.
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)

71242000  -  Project and design preparation, estimation of costs
71244000  -  Calculation of costs, monitoring of costs
71311200  -  Transport systems consultancy services
71322100  -  Quantity surveying services for civil engineering works
79311410  -  Economic impact assessment
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
II.2.4)

Description of the procurement

The Authority intends to establish a framework of service providers for the Provision of Consultancy Quantity Surveying Services for Transport Projects funded by the National Transport Authority by entering into a framework agreement (the Framework Agreement) with a maximum of ten (10) Tenderers (subject to a sufficient number of suitably qualified tenderers meeting the requirements of this Invitation to Tender) who are ranked highest following assessment of the submitted Tenders. The list of service elements forming the Services are indicative only, are not exhaustive and are subject to change.
The expected term of the framework will be three years with an option to extend for a further year at the sole discretion of the Authority.
In addition, The Authority intends to enter into a contract (the Contract) with the most economically advantageous tenderer for the provision of Provision of Advisory Services to the NTA for Dun Laoghaire Central, Active Travel Improvements scheme.
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: 36
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

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.2.3)

Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract

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:  10
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:  12/05/2023
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

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

Conditions for opening of tenders

Date:  12/05/2023
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 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: 
Precise information on deadline(s) for review procedures:
As set out in S.I. No. 130/2010 European Communities (Public Authorities' Contracts) (Review Procedures) Regulations 2010 (in particular Regulation 7 thereof).