Contract notice

Information

Published

Date of dispatch of this notice: 27/01/2022

Expire date: 03/03/2022

External Reference: 2022-222702

TED Reference: 2022/S 022-055074

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
D02WT20
IE
Contact person: Carolyn Keegan
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=206200&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 for Environmental Consultancy Services
II.1.2)

Main CPV code

71313000  -  Environmental engineering consultancy services
II.1.3)

Type of contract

Services
II.1.4)

Short description

The services to be performed may include:
1. Screening of plans, programmes and projects in order to assess their requirements under the relevant directives and applicable legislation; 2. Carrying out of all required stages of the following environmental assessment processes:a. Strategic Environmental Assessment;
b. Environmental Impact Assessment; c. Appropriate Assessment; and d. Flood Risk Assessment. In the case of plans and programmes, a to d may apply, in the case of projects, b and c may apply; 3. Undertaking extensive stakeholder and public consultation exercises, including public events, where required;
4. Undertaking monitoring of the environmental effects of NTA plans, programmes and projects as required;
5. Deliverables will include, depending on the precise task being undertaken, the following (this list is not exhaustive and may be added to during the lifetime of the contract and its extension if desired):
See Tender Documents for further details
II.1.5)

Estimated total value

Value excluding VAT: 5000000.00  EUR
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

45262640  -  Environmental improvement works
60112000  -  Public road transport services
71220000  -  Architectural design services
71242000  -  Project and design preparation, estimation of costs
71300000  -  Engineering services
71313400  -  Environmental impact assessment for construction
71313420  -  Environmental standards for construction
71313430  -  Environmental indicators analysis for construction
71313440  -  Environmental Impact Assessment (EIA) services for construction
71320000  -  Engineering design services
71322000  -  Engineering design services for the construction of civil engineering works
71322500  -  Engineering-design services for traffic installations
71323000  -  Engineering-design services for industrial process and production
71327000  -  Load-bearing structure design services
71330000  -  Miscellaneous engineering services
71332000  -  Geotechnical engineering services
71335000  -  Engineering studies
71340000  -  Integrated engineering services
71400000  -  Urban planning and landscape architectural services
71600000  -  Technical testing, analysis and consultancy services
79415200  -  Design consultancy services
90713000  -  Environmental issues consultancy services
90720000  -  Environmental protection
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
II.2.4)

Description of the procurement

The services to be performed may include:
1. Screening of plans, programmes and projects in order to assess their requirements under the relevant directives and applicable legislation;
2. Carrying out of all required stages of the following environmental assessment processes:
a. Strategic Environmental Assessment;
b. Environmental Impact Assessment;
c. Appropriate Assessment; and
d. Flood Risk Assessment.
In the case of plans and programmes, a to d may apply, in the case of projects, b and c may apply;
3. Undertaking extensive stakeholder and public consultation exercises, including public events, where required;
4. Undertaking monitoring of the environmental effects of NTA plans, programmes and projects as required;
- 12 -
5. Deliverables will include, depending on the precise task being undertaken, the following (this list is not exhaustive and may be added to during the lifetime of the contract and its extension if desired):
a. Strategic Environmental Assessment
- Screening Report;
- Scoping Report;
- Environmental Report;
- Public Consultation Report;
- SEA Statement; and/or
- Monitoring Report.
b. Environmental Impact Assessment
- Screening Report;
- Scoping Report;
- Environmental Impact Assessment Report; and/or
- Public Consultation Report.
c. Habitats Directive Assessment
- Screening Report;
- Appropriate Assessment Natura Impact Statement;
- Assessment of Alternatives (if necessary); and;
- Assessment of Compensatory Measures (if necessary).
d. Flood Risk Assessment
- Flood Risk Assessment Report.
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: 5000000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48
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 the Tender 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 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:  03/03/2022
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:  30/08/2022
IV.2.7)

Conditions for opening of tenders

Date:  03/03/2022
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 NTA will not be responsible for any costs, charges or expenses incurred by candidates or tenderers relating to any of the contract award procedures irrespective of the outcome the competition, or if the competition is postponed or cancelled.
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), or change the basis of, and the procedures for, the bidding process, at any time, or procure the services by alternative means if it appears that the services can thereby be more advantageously procured. The most economically advantageous or any tender will not automatically be accepted.
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

VI.4.3)

Review procedure

Precise information on deadline(s) for review procedures: 
As set out in S.I. No. 130/2010 European Communities (Award of Public Sector Contracts) (Review Procedures) Regulations 2010 (in particular Regulation 7 thereof).