Contract notice

Information

Published

Date of dispatch of this notice: 16/11/2016

Expire date: 21/12/2016

External Reference: 2016-667550

TED Reference: 2016/S 223-406497

Contract notice

[NoticeContract]

[Directive201424]

[Section1]: [Ca]

I.1)

[NameAddressContact]

National Transport Authority
N/A
Dun Sceine, Harcourt Lane, Iveagh Court
Dublin 2
D02 WT20
IE
[Contactpoint]: Mark Bradwell
[AddressPhone]: +353 18798300
[AddressFax]: +353 18798333
[Nutscode]:  IE -  IRELAND
[Internets]:
I.2)

[JointProcurement]

[JointProcurementCentral]
I.3)

[InfoTendering]

[AddressObtainDocs]:  
http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=105302&B=ETENDERS_SIMPLE
[AddressFurtherinfo]
[AsContactsAbove]:  
[AddressSendTendersRequest]
[AddressSendTendersRequest]
[AddressToAbove]
I.4)

[CaType]

[MaintypeNatagency]
I.5)

[Mainactivity]

[OtherActivity]:  Transport

[Section2]: [Object]

II.1)

[QuantityScopeContract]

II.1.1)

[TitleContract]

Framework Agreement for Topographical Survey Services and RFT for Topographical Survey for the proposed Greenhills to City Centre CBC
II.1.2)

[CpvMain]

71351810  - 
II.1.3)

[TypeContract]

[Services]
II.1.4)

[DescrShort]

The National Transport Authority ("the Contracting Authority") is acting as a central purchasing body in respect of a multi-party framework agreement ("the Framework Agreement") for the provision of topographical survey services for transport related projects funded by the National Transport Authority with an anticipated duration of 3 years, with a possible extension, at the sole discretion of the Contracting Authority, for a further twelve months.
The list of public bodies that will be entitled (but not obliged) to drawdown Services from the Framework Agreement, in accordance with the rules of the Framework Agreement is available in the documentation associated with this procurement.
II.1.6)

[LotsInfo]

[DivisionLots]: [No]
II.2)

[Description]

II.2.2)

[CpvAdditional]

71000000  - 
71250000  - 
71351000  - 
71351800  - 
71353000  - 
71355000  - 
71356000  - 
II.2.3)

[PlacePerformance]

[Nutscode]:  IE0 -  IRELAND
II.2.4)

[DescrProcurement]

The National Transport Authority ("the Contracting Authority") is acting as a central purchasing body in respect of a multi-party framework agreement ("the Framework Agreement") for the provision of topographical survey services for transport related projects funded by the National Transport Authority with an anticipated duration of 3 years, with a possible extension, at the sole discretion of the Contracting Authority, for a further twelve months.
The list of public bodies that will be entitled (but not obliged) to drawdown Services from the Framework Agreement, in accordance with the rules of the Framework Agreement are:
• National Transport Authority;
• Dublin City Council;
• Dún Laoghaire/ Rathdown County Council;
• Fingal County Council;
• Kildare County Council;
• Meath County Council;
• South Dublin County Council;
• Wicklow County Council;
• Cork City Council;
• Cork County Council;
• Limerick City and County Council;
• Waterford City and County Council; and
• Galway City Council
Each a “Client” for the purposes of this document and collectively referred to as the “Clients”.
The Contracting Authority has sent a contract notice for the Service to etenders and where appropriate a similar notice has been simultaneously sent to the Office for Official Publications of the EC for publication in the OJEU. The notice and tender documents are addressed to all those who wish to participate in a tender competition for the Services described in the “Particulars”.
II.2.5)

[AwardCriteria]

[AwardCriteriaDescriptive]
II.2.7)

[DurationContractFrameworkDps]

[DurationMonths]: 36
[RenewalsSubject]: [Yes]
[RenewalsDescr]:  
Anticipated duration of 3 years, with a possible extension, at the sole discretion of the Contracting Authority, for a further twelve months.
II.2.10)

[VariantsInfo]

[VariantsAccepted]: [No]
II.2.11)

[OptionsInfo]

[Options]: [No]
II.2.13)

[EuProgrInfo]

[EuProgrRelated]: [No]

[Section3]: [InfoLegal]

III.1)

[ConditionsParticip]

III.1.1)

[SituationPersonalIncl]

[InfoEvaluatingRequir]:  As set out in tender documents
III.1.2)

[EconomicFinancialStanding]

[InfoEvaluatingWethRequir]:  
As set out in tender documents
[MinStandardsRequired]:  
As set out in tender documents
III.1.3)

[TechnicalCapacity]

[InfoEvaluatingWethRequir]:  
As set out in tender documents
[MinStandardsRequired]:  
As set out in tender documents
III.2)

[ConditionsContract]

III.2.2)

[OtherConditions]

As set out in tender documents
III.2.3)

[StaffResponsible]

[StaffResponsibleIndicate]

[Section4]: [Procedure]

IV.1)

[Description]

IV.1.1)

[TypeProcedure]

[ProctypeOpen]
IV.1.3)

[FrameworkContractDpsInfo]

[NoticeInvolvesFramework]
[FrameworkSeveral]
[FrameworkParticipEnvis]:  5
IV.1.8)

[GpaInfo]

[GpaCovered]: [Yes]
IV.2)

[InfoAdmin]

IV.2.2)

[LimitReceiptTendersReqPart]

[Date]:  21/12/2016
[Time]:  12:00
IV.2.4)

[LanguagesAllowed]

[Language_EN]
IV.2.6)

[MinTimeMaintain]

[DurationMonths] : 6  ([FromStatedDate])
IV.2.7)

[OpeningConditions]

[Date]:  21/12/2016
[Time]:  14:00

[Section6]: [InfoComplement]

VI.1)

[RecurrenceInfo]

[RecurrentProcurement]:  [No]
VI.2)

[InfoEworkflow]

[EinvoicingUsed]
[EpaymentUsed]
VI.3)

[InfoAdditional]

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)

[AppealsProcedure]

VI.4.1)

[AppealsBody]

High Court of Ireland
Four Courts, Ground Floor (East Wing), Inns Quay
Dublin
D7
IE
[AddressPhone]: +353 18886000
[AddressFax]: +353 18886125

VI.4.3)

[AppealsLodging]

[AppealsDeadline]: 
Precise information on deadline(s) for review procedures:
As set out in S.I. No. 131/2010 European Communities (Award of Contracts by Utilities
Undertakings) (Review Procedures) Regulations 2010 (in particular Regulation 7
thereof).
VI.5)

[DateDispatch]

17/11/2016