Contract notice

Information

Published

Date of dispatch of this notice: 28/05/2021

Expire date: 06/07/2021

External Reference: 2021-270583

TED Reference: 2021/S 105-276618

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

National Transport Authority
Dun Sceine Harcourt Lane
Dublin
D02 WT20
IE
Contact person: Orlagh McGowan
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=189891&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

Supply of Printed Materials and Establishment of a Multi Supplier Framework for the Supply of Printed Materials
II.1.2)

Main CPV code

79823000  -  Printing and delivery services
II.1.3)

Type of contract

Services
II.1.4)

Short description

The National Transport Authority (“NTA”) wishes to appoint a suitably qualified service provider for the Supply of Printed Materials for the BusConnects Programme, to supply an immediate printing requirement. The scope of the services in this instance shall be to print, supply, bind and deliver the printed materials to a very high standard of quality in accordance with the service specifications.
In addition, the NTA intends to establish a framework of service providers for the supply of printed materials by entering into a framework agreement with the five (5) tenderers (subject to a sufficient number of suitably qualified candidates) who are ranked highest following assessment of the submitted tenders.
Further detail is contained within the procurement documents attached to this contract notice.
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

22000000  -  Printed matter and related products
22100000  -  Printed books, brochures and leaflets
22458000  -  Bespoke printed matter
79000000  -  Business services: law, marketing, consulting, recruitment, printing and security
79800000  -  Printing and related services
79810000  -  Printing services
79811000  -  Digital printing services
79820000  -  Services related to printing
79821000  -  Print finishing services
79824000  -  Printing and distribution services
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
II.2.4)

Description of the procurement

The National Transport Authority (“NTA”) wishes to appoint a suitably qualified service provider for the Supply of Printed Materials for the BusConnects Programme, to supply an immediate printing requirement. The scope of the services in this instance shall be to print, supply, bind and deliver the printed materials to a very high standard of quality in accordance with the service specifications.
In addition, the NTA intends to establish a framework of service providers for the supply of printed materials by entering into a framework agreement with the five (5) tenderers (subject to a sufficient number of suitably qualified candidates) who are ranked highest following assessment of the submitted tenders.
Further detail is contained within the procurement documents attached to this contract notice.
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

Start: 01/09/2021  /  End:
This contract is subject to renewal: yes
Description of renewals:  
The term of the immediate printing requirement shall be until the successful completion of the services.
The expected term of the framework agreement will be an initial period of two (2) years. At the discretion of the Authority, the framework agreement may be renewed annually up to a maximum of two (2) years after the end of the second year.
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 stated 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 stated in the procurement documents.

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:  06/07/2021
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:  02/01/2022
IV.2.7)

Conditions for opening of tenders

Date:  06/07/2021
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 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
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).