Contract notice

Information

Published

Date of dispatch of this notice: 16/11/2016

Expire date: 21/12/2016

External Reference: 2016-667550

TED Reference: 2016/S 223-406497

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

National Transport Authority
N/A
Dun Sceine, Harcourt Lane, Iveagh Court
Dublin 2
D02 WT20
IE
Contact person: Mark Bradwell
Telephone: +353 18798300
Fax: +353 18798333
NUTS code:  IE -  IRELAND
Internet address(es):
I.2)

Joint procurement

The contract is awarded by a central purchasing body
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=105302&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 Topographical Survey Services and RFT for Topographical Survey for the proposed Greenhills to City Centre CBC
II.1.2)

Main CPV code

71351810  -  Topographical services
II.1.3)

Type of contract

Services
II.1.4)

Short description

The National Transport Authority ("the Contracting Authority") is acting as a central purchasing body in respect of a multi-party framework agreement ("the Framework Agreement") for the provision of topographical survey services for transport related projects funded by the National Transport Authority with an anticipated duration of 3 years, with a possible extension, at the sole discretion of the Contracting Authority, for a further twelve months.
The list of public bodies that will be entitled (but not obliged) to drawdown Services from the Framework Agreement, in accordance with the rules of the Framework Agreement is available in the documentation associated with this procurement.
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
71250000  -  Architectural, engineering and surveying services
71351000  -  Geological, geophysical and other scientific prospecting services
71351800  -  Topographical and water divining services
71353000  -  Surface surveying services
71355000  -  Surveying services
71356000  -  Technical services
II.2.3)

Place of performance

NUTS code:  IE0 -  IRELAND
II.2.4)

Description of the procurement

The National Transport Authority ("the Contracting Authority") is acting as a central purchasing body in respect of a multi-party framework agreement ("the Framework Agreement") for the provision of topographical survey services for transport related projects funded by the National Transport Authority with an anticipated duration of 3 years, with a possible extension, at the sole discretion of the Contracting Authority, for a further twelve months.
The list of public bodies that will be entitled (but not obliged) to drawdown Services from the Framework Agreement, in accordance with the rules of the Framework Agreement are:
• National Transport Authority;
• Dublin City Council;
• Dún Laoghaire/ Rathdown County Council;
• Fingal County Council;
• Kildare County Council;
• Meath County Council;
• South Dublin County Council;
• Wicklow County Council;
• Cork City Council;
• Cork County Council;
• Limerick City and County Council;
• Waterford City and County Council; and
• Galway City Council
Each a “Client” for the purposes of this document and collectively referred to as the “Clients”.
The Contracting Authority has sent a contract notice for the Service to etenders and where appropriate a similar notice has been simultaneously sent to the Office for Official Publications of the EC for publication in the OJEU. The notice and tender documents are addressed to all those who wish to participate in a tender competition for the Services described in the “Particulars”.
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
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:  
Anticipated duration of 3 years, with a possible extension, at the sole discretion of the Contracting Authority, for a further twelve months.
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 tender documents
III.1.2)

Economic and financial standing

List and brief description of selection criteria:  
As set out in tender documents
Minimum level(s) of standards possibly required:  
As set out in tender documents
III.1.3)

Technical and professional ability

List and brief description of selection criteria:  
As set out in tender documents
Minimum level(s) of standards possibly required:  
As set out in tender documents
III.2)

Conditions related to the contract

III.2.2)

Contract performance conditions

As set out in tender documents
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:  5
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:  21/12/2016
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:  21/12/2016
Local time:  14:00

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.2)

Information about electronic workflows

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: http://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. 131/2010 European Communities (Award of Contracts by Utilities
Undertakings) (Review Procedures) Regulations 2010 (in particular Regulation 7
thereof).
VI.5)

Date of dispatch of this notice

17/11/2016