Contract notice - utilities

Information

Published

Date of dispatch of this notice: 13/05/2019

Expire date: 19/06/2019

External Reference: 2019-297447

TED Reference: 2019/S 094-228337

Contract notice - utilities

[NoticeContractUtilities]

[Services]

[Directive201425]

[Section1]: [Ce]

I.1)

[NameAddressContact]

National Transport Authority
N/A
Dun Sceine, Iveagh Court, Harcourt Lane
Dublin 2
D02WT20
IE
[Contactpoint]: Igor Popenko
[AddressPhone]: +353 18798300
[AddressFax]: +353 18798333
[Internets]:
I.3)

[InfoTendering]

[AddressObtainDocs]:  
http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=147006&B=ETENDERS_SIMPLE
[AddressFurtherinfo]
[AsContactsAbove]:  
[AddressSendTendersRequest]
[AddressSendTendersRequest]
[AddressToAbove]
I.6)

[Mainactivity]

[MainactivBus]

[Section2]: [Object]

II.1)

[QuantityScopeContract]

II.1.1)

[TitleContract]

Provision of Consultancy Services for the preparation of Environmental Impact Assessments and Transport Impact Assessments for the BusConnects Core Bus Corridor Programme
II.1.2)

[CpvMain]

71313400  - 
II.1.3)

[TypeContract]

[Services]
II.1.4)

[DescrShort]

The National Transport Authority requires the services of a Service Provider to undertake services relating to the identification and mitigation of environmental impacts imposed by the BusConnects Programme. Please refer to the tender documents for further information.
II.1.6)

[LotsInfo]

[DivisionLots]: [No]
II.2)

[Description]

II.2.2)

[CpvAdditional]

45262640  - 
60112000  - 
71220000  - 
71242000  - 
71300000  - 
71313000  - 
71313420  - 
71313430  - 
71313440  - 
71320000  - 
71322000  - 
71322500  - 
71323000  - 
71327000  - 
71330000  - 
71332000  - 
71335000  - 
71340000  - 
71400000  - 
71600000  - 
79415200  - 
90713000  - 
90720000  - 
II.2.4)

[DescrProcurement]

The NTA requires a Service Provider (SP) to undertake services relating to the identification and mitigation of environmental impacts imposed by the BusConnects Programme, including but not limited to:
• The preparation of an over-arching assessment of environmental and transport impacts and detailing the cumulative impacts of the Programme as a whole.
• The development, in conjunction with all other relevant service providers, of a Construction Strategy.
• The undertaking of a separate Environmental Impact Assessment (EIA) and preparation of a subsequent Environmental Impact Assessment Report (EIAR) for each of the 12 Schemes, prepared in accordance with all relevant legislation and industry best practice. These shall include Natura Impact Statements as appropriate for each Scheme.
• The undertaking of a comprehensive strategic transport analysis and assessment for the Programme as a whole and the preparation of an overall Transport Impact Assessment (TIA) for the Programme.
• Aligned with the TIA, to undertake a comprehensive transport analysis and assessment for each Scheme, including the provision of a Transport Impact Assessment for each Scheme.
• The identification and development of proposed mitigation measures for incorporation into the EIAR and specimen design where required.
• The preparation of documentation for the statutory processes to include the preparation of documentation and presentation of evidence at oral hearings
• The collaboration with the EDs on all matters in relation to the Environmental Impact and Transport Impact of the Programme.
• The provision of advices, as necessary, on all matters relating to the environment as they relate to the Programme.
• The provision of key inputs to and collaborating with the appointed Business Case Service Provider to support the delivery of the Detailed Business Case.
• The preparation of the environmental and transport sections of the tender documents in accordance with the agreed Construction Strategy.
II.2.5)

[AwardCriteria]

[AwardCriteriaDescriptive]
II.2.7)

[DurationContractFrameworkDps]

[DurationMonths]: 19
[RenewalsSubject]: [No]
II.2.10)

[VariantsInfo]

[VariantsAccepted]: [No]
II.2.11)

[OptionsInfo]

[Options]: [No]
II.2.13)

[EuProgrInfo]

[EuProgrRelated]: [No]
II.2.14)

[InfoAdditional]

Applicants must submit a completed SAQ, and a response to the Instructions to Tenderers and Tender and Schedule, including any supporting and additional information/documents as set out in these mentioned documents.

[Section3]: [InfoLegal]

III.1)

[ConditionsParticip]

III.1.1)

[SituationPersonalIncl]

[InfoEvaluatingRequir]:  As set out in the procurement documents comprising of the Suitability Assessment Questionnaire and associated appendices, and the Instructions to Tenderers, and Tender and Schedule documents.
III.1.2)

[EconomicFinancialStanding]

[CriteriaSelectionDocs]
III.1.3)

[TechnicalCapacity]

[CriteriaSelectionDocs]
III.1.4)

[ParticipationRules]

[DescrBriefRules]: As set out in the procurement documents comprising of the Suitability Assessment Questionnaire and associated appendices, and the Instructions to Tenderers, and Tender and Schedule documents.
III.1.6)

[DepositsRequired]

As set out in the procurement documents comprising of the Suitability Assessment Questionnaire and associated appendices, and the Instructions to Tenderers, and Tender and Schedule documents.
III.1.7)

[FinancingConditions]

As set out in the procurement documents comprising of the Suitability Assessment Questionnaire and associated appendices, and the Instructions to Tenderers, and Tender and Schedule documents.
III.1.8)

[LegalFormTaken]

As set out in the procurement documents comprising of the Suitability Assessment Questionnaire and associated appendices, and the Instructions to Tenderers, and Tender and Schedule documents.
III.2)

[ConditionsContract]

III.2.2)

[OtherConditions]

As set out in the procurement documents comprising of the Suitability Assessment Questionnaire and associated appendices, and the Instructions to Tenderers, and Tender and Schedule documents.
III.2.3)

[StaffResponsible]

[StaffResponsibleIndicate]

[Section4]: [Procedure]

IV.1)

[Description]

IV.1.1)

[TypeProcedure]

[ProctypeOpen]
IV.1.8)

[GpaInfo]

[GpaCovered] : [Yes]
IV.2)

[InfoAdmin]

IV.2.2)

[LimitReceiptTendersReqPart]

[Date]:  19/06/2019
[Time]:  12:00
IV.2.4)

[LanguagesAllowed]

[Language_EN]
IV.2.6)

[MinTimeMaintain]

[DateTenderValid]:  16/12/2019
IV.2.7)

[OpeningConditions]

[Date]:  19/06/2019
[Time]:  14:00

[Section6]: [InfoComplement]

VI.1)

[RecurrenceInfo]

[RecurrentProcurement]:  [No]
VI.2)

[InfoEworkflow]

[EorderingUsed]
[EinvoicingUsed]
[EpaymentUsed]
VI.3)

[InfoAdditional]

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)

[AppealsProcedure]

VI.4.1)

[AppealsBody]

High Court of Ireland
Four Courts, Ground Floor (East Wing), Inns Quay
Dublin 7
D7
IE
[AddressPhone]: +353 18886000
[AddressFax]: +353 18886125

VI.4.3)

[AppealsLodging]

[AppealsDeadline]: 
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