Contract notice

Information

Published

Date of dispatch of this notice: 23/12/2019

Expire date: 31/01/2020

External Reference: 2019-284946

TED Reference: 2019/S 249-618427

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, Harcourt Lane
Dublin 2
D02 WT20
IE
Contact person: Igor Popenko
Telephone: +353 18798300
Fax: +353 18798333
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=160092&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

Provision of Waterford Metropolitan Area Transport Strategy
II.1.2)

Main CPV code

71311200  -  Transport systems consultancy services
II.1.3)

Type of contract

Services
II.1.4)

Short description

The core objective of the Services is to develop a transport strategy (Transport Strategy) for the Waterford Metropolitan Area (WMA) covering the period 2020 to 2040, and addressing all land transport modes. The objective of the Transport Strategy is to provide a long-term strategic planning framework for the integrated development of transport infrastructure and services in the WMA.
It is envisaged that this Contract will be awarded in Q1 2020 and that a draft Transport Strategy will be completed by Q3 2020. A further four month period is envisaged for public consultation and for amendments arising from that consultation to be incorporated in the final version of the Transport Strategy. The finalised Transport Strategy is expected to be completed ten months after the commencement of the Services
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

60000000  -  Transport services (excl. Waste transport)
71300000  -  Engineering services
71310000  -  Consultative engineering and construction services
71311000  -  Civil engineering consultancy services
71311210  -  Highways consultancy services
71311220  -  Highways engineering services
71311300  -  Infrastructure works consultancy services
71318000  -  Advisory and consultative engineering services
71320000  -  Engineering design services
II.2.4)

Description of the procurement

The core objective of the Services is to develop a transport strategy (Transport Strategy) for the Waterford Metropolitan Area (WMA) covering the period 2020 to 2040, and addressing all land transport modes. The objective of the Transport Strategy is to provide a long-term strategic planning framework for the integrated development of transport infrastructure and services in the WMA.
It is envisaged that this Contract will be awarded in Q1 2020 and that a draft Transport Strategy will be completed by Q3 2020. A further four month period is envisaged for public consultation and for amendments arising from that consultation to be incorporated in the final version of the Transport Strategy. The finalised Transport Strategy is expected to be completed ten months after the commencement of the Services
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: 10
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 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 procurement documents.

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:  31/01/2020
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:  29/07/2020
IV.2.7)

Conditions for opening of tenders

Date:  31/01/2020
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 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
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: 
As set out in S.I. No. 130/2010 European Communities (Public Authorities' Contracts) (Review Procedures) Regulations 2010 (in particular Regulation 7 thereof).