Contract notice

Information

Published

Date of dispatch of this notice: 23/05/2022

Expire date: 27/06/2022

External Reference: 2022-280937

TED Reference: 2022/S 102-284743

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

National Transport Authority
Dun Sceine, Iveagh Court
Dublin 2
D02 WT20
IE
Contact person: Mark Bradwell
Telephone: +353 01-8798362
Fax: +353 01-8798333
NUTS code:  IE061 -  Dublin
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=214539&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 Communications Services in Relation to Transport Projects
II.1.2)

Main CPV code

79410000  -  Business and management consultancy services
II.1.3)

Type of contract

Services
II.1.4)

Short description

The Authority has a requirement for a service provider for communications services, inclusive of a full-time communications team based in the Authority’s offices, in relation to various transport projects and programmes being undertaken by the Authority or by other parties funded by the Authority.
In addition, the service provider will be required to provide a general communications advisory service, delivering advice and assistance to the Authority in relation to general corporate communications matters and others items related to the Authority’s activities.
The service provider will be required to establish, organise and manage a communications team to be based in the Authority’s offices to service the communications aspects of the BusConnects Programme being delivered by the Authority, and to provide communications services and support to the other investment programmes of the Authority.
II.1.5)

Estimated total value

Value excluding VAT: 18000000.00  EUR
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

79000000  -  Business services: law, marketing, consulting, recruitment, printing and security
79400000  -  Business and management consultancy and related services
79416000  -  Public relations services
79416100  -  Public relations management services
79416200  -  Public relations consultancy services
79990000  -  Miscellaneous business-related services
II.2.3)

Place of performance

NUTS code:  IE0 -  IRELAND
Main site or place of performance:  
Ireland
II.2.4)

Description of the procurement

The Authority has a requirement for a service provider for communications services, inclusive of a full-time communications team based in the Authority’s offices, in relation to various transport projects and programmes being undertaken by the Authority or by other parties funded by the Authority.
In addition, the service provider will be required to provide a general communications advisory service, delivering advice and assistance to the Authority in relation to general corporate communications matters and others items related to the Authority’s activities.
The service provider will be required to establish, organise and manage a communications team to be based in the Authority’s offices to service the communications aspects of the BusConnects Programme being delivered by the Authority, and to provide communications services and support to the other investment programmes of the Authority.
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: 18000000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48
This contract is subject to renewal: yes
Description of renewals:  
The expected term of the contract will be for an initial period of four years. The Contract may be renewed annually, at the option of the NTA, up to a maximum of three years after the end of the fourth 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 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.1.8)

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:  27/06/2022
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:  24/12/2022
IV.2.7)

Conditions for opening of tenders

Date:  27/06/2022
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 contracting authority will not be responsible for any costs, charges or expenses incurred by 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: 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 (Public Authorities' Contracts) (Review Procedures) Regulations 2010 (in particular Regulation 7 thereof).