Contract notice

Information

Published

Date of dispatch of this notice: 01/04/2019

Expire date: 08/05/2019

External Reference: 2019-263314

TED Reference: 2019/S 068-159854

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

National Transport Authority
N/A
Dun Sceine, Iveagh Court
Dublin 2
D02 WT20
IE
Contact person: Mark Bradwell
Telephone: +353 01-8798300
Fax: +353 01-8798333
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=144759&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

Bus Technical Support Services
II.1.2)

Main CPV code

50100000  -  Repair, maintenance and associated services of vehicles and related equipment
II.1.3)

Type of contract

Services
II.1.4)

Short description

The Authority wishes to invite tenders under an open procedure with the objective of engaging a service provider to provide:
• On-Bus commissioning and acceptance services;
• As required diagnosis and repair of certain on-bus systems;
• Spares holding and spares management facility for certain on-bus systems.
The National Transport Authority has a statutory responsibility to procure public passenger transport services for bus, rail and light rail services across Ireland. The Authority has initiated the Bus Market Opening “BMO” programme. Under BMO, bus services are provided by bus operators who secure contracts to operate the services through a competitive tendering process. BMO encompasses approximately 10% of the bus routes in the Dublin area and 10% of the bus routes in wider Ireland. BMO may be extended at a later date to encompass more routes.
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

50000000  -  Repair and maintenance services
50110000  -  Repair and maintenance services of motor vehicles and associated equipment
50111000  -  Fleet management, repair and maintenance services
50111100  -  Vehicle-fleet management services
50111110  -  Vehicle-fleet-support services
50113000  -  Repair and maintenance services of buses
50113100  -  Bus repair services
50113200  -  Bus maintenance services
71600000  -  Technical testing, analysis and consultancy services
71630000  -  Technical inspection and testing services
71631000  -  Technical inspection services
71631200  -  Technical automobile inspection services
71632000  -  Technical testing services
II.2.3)

Place of performance

Main site or place of performance:  
Ireland
II.2.4)

Description of the procurement

The Authority wishes to invite tenders under an open procedure with the objective of engaging a service provider to provide:
• On-Bus commissioning and acceptance services;
• As required diagnosis and repair of certain on-bus systems;
• Spares holding and spares management facility for certain on-bus systems.
The National Transport Authority has a statutory responsibility to procure public passenger transport services for bus, rail and light rail services across Ireland. The Authority has initiated the Bus Market Opening “BMO” programme. Under BMO, bus services are provided by bus operators who secure contracts to operate the services through a competitive tendering process. BMO encompasses approximately 10% of the bus routes in the Dublin area and 10% of the bus routes in wider Ireland. BMO may be extended at a later date to encompass more routes.
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: 24
This contract is subject to renewal: yes
Description of renewals:  
The expected term of the contract will be two calendar years from the effective date with the option to extend up to two years. The extension of the contract will be dependent on service requirements, performance and continued funding availability.
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.
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.1.8)

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:  08/05/2019
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:  08/11/2019
IV.2.7)

Conditions for opening of tenders

Date:  08/05/2019
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 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 7
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: 
As set out in S.I. No. 130/2010 European Communities (Public Authorities' Contracts) (Review Procedures) Regulations 2010 (in particular Regulation 7 thereof).