Contract notice

Information

Published

Date of dispatch of this notice: 18/04/2023

Expire date: 19/05/2023

External Reference: 2023-231710

TED Reference: 2023/S 079-237095

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
Dublin
IE
Contact person: Ted O'Brien
Telephone: +353 18798300
NUTS code:  IE061 -  Dublin
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=240646&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

Other type:  Transport
I.5)

Main activity

Other activity:  Transport

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Provision of Active Travel Support Office Services
II.1.2)

Main CPV code

71300000  -  Engineering services
II.1.3)

Type of contract

Services
II.1.4)

Short description

The core objective of the Services is the provision of an Active Travel Support Office providing design and review services to assist in the delivery of Active Travel projects across the State.
It is intended that the Active Travel Support Office will be collocated in the Authority’s offices in Dublin city centre on at least 2 days each week. It will comprise of a number of personnel provided by the Service Provider and based in these offices (the “Core Design Team”), supplemented by off-site resources also provided by the Service Provider.
The Service Provider will also be required to undertake the role of Project Supervisor Design Process in relation to the design stages of the projects that are undertaken by the Service Provider.
In addition to the primary role of design development of projects, the Service Provider will also be expected to undertake other work related to sustainable transport provision.
II.1.5)

Estimated total value

Value excluding VAT: 6500000.00  EUR
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

45233162  -  Cycle path construction work
71220000  -  Architectural design services
71240000  -  Architectural, engineering and planning services
71241000  -  Feasibility study, advisory service, analysis
71242000  -  Project and design preparation, estimation of costs
71320000  -  Engineering design services
71322500  -  Engineering-design services for traffic installations
71330000  -  Miscellaneous engineering services
71340000  -  Integrated engineering services
71400000  -  Urban planning and landscape architectural services
71410000  -  Urban planning services
71541000  -  Construction project management services
72224000  -  Project management consultancy services
72242000  -  Design-modelling services
79314000  -  Feasibility study
79415200  -  Design consultancy services
79418000  -  Procurement consultancy services
90712000  -  Environmental planning
90712100  -  Urban environmental development planning
90712500  -  Environmental institution building or planning
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
II.2.4)

Description of the procurement

The core objective of the Services is the provision of an Active Travel Support Office providing design and review services to assist in the delivery of Active Travel projects across the State.
It is intended that the Active Travel Support Office will be collocated in the Authority’s offices in Dublin city centre on at least 2 days each week. It will comprise of a number of personnel provided by the Service Provider and based in these offices (the “Core Design Team”), supplemented by off-site resources also provided by the Service Provider.
The Service Provider will also be required to undertake the role of Project Supervisor Design Process in relation to the design stages of the projects that are undertaken by the Service Provider.
In addition to the primary role of design development of projects, the Service Provider will also be expected to undertake other work related to sustainable transport provision.
The primary function of the Core Design Team is set out below:
(i) Feasibility studies;
(ii) Route option assessment studies;
(iii) Preparation/ Review of preliminary designs;
(iv) Preparation/ Review of detailed designs;
(v) Preparation/ Review of planning and environmental reports for scheme
statutory approvals;
(vi) Scheme appraisals in line with the Common Appraisal Framework for
Transport Projects published by the Department of Transport, Tourism
and Sport;
(vii) Various surveys as required for scheme design and development;
(viii) Preparation/ Review of tender documents for construction of schemes;
and
(ix) Management of the procurement processes for the appointment of
scheme contractors.
Please see RFT for full details relating to scope and specification.
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: 6500000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24
This contract is subject to renewal: yes
Description of renewals:  
The term of the Contract will be 2 years. The Contract may be renewed annually up to a
maximum of two years after the end of the second year. Factors to be taken into account in
considering an extension of the Contract will include (but may not be limited to) service
requirements and performance.
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:  19/05/2023
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

Tender must be valid until:  05/11/2023
IV.2.7)

Conditions for opening of tenders

Date:  19/05/2023
Local time:  12:00

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
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