Contract notice

Information

Published

Date of dispatch of this notice: 11/06/2019

Expire date: 18/07/2019

External Reference: 2019-262972

TED Reference: 2019/S 113-277535

Contract notice

[NoticeContract]

[Directive201424]

[Section1]: [Ca]

I.1)

[NameAddressContact]

National Transport Authority
N/A
Dun Sceine, Iveagh Court, Harcourt Lane
Dublin
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=148617&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]

Provision of Cycling Design Office Services
II.1.2)

[CpvMain]

71300000  - 
II.1.3)

[TypeContract]

[Services]
II.1.4)

[DescrShort]

The core objective of the Services is the provision of a Cycling Design Office providing design services to assist in the delivery of cycling projects.
It is intended that the Cycling Design Office will be based in the NTA’s offices. It will comprise of a number of personnel provided by the Service Provider (SP) and based in these offices, supplemented by off-site resources also provided by the SP.
The primary role of the office will be to develop various cycle schemes through the design and planning stages of each project, together with the development of tender documents for construction plus the management of the tender process for construction. It is envisaged that limited design related services will be required during construction.
The SP will be required to undertake the role of PSDP in relation to the design stages of the projects that are undertaken by the SP. Also the SP will be expected to undertake other work related to sustainable transport provision.
II.1.6)

[LotsInfo]

[DivisionLots]: [No]
II.2)

[Description]

II.2.2)

[CpvAdditional]

45233162  - 
60112000  - 
71220000  - 
71240000  - 
71241000  - 
71242000  - 
71320000  - 
71322500  - 
71330000  - 
71335000  - 
71340000  - 
71400000  - 
71410000  - 
71541000  - 
72224000  - 
72242000  - 
79314000  - 
79415200  - 
79418000  - 
90712000  - 
90712100  - 
90712500  - 
II.2.4)

[DescrProcurement]

The core objective of the Services is the provision of a Cycling Design Office providing design services to assist in the delivery of cycling projects, predominately in the Greater Dublin Area but also across the State.
It is intended that the Cycling Design Office will be based in the Authority’s offices in Dublin’s south city centre. It will comprise of a number of personnel provided by the Service Provider and based in these offices (the “Core Design Team”), supplemented by off-site resources also provided by the Service Provider.
The primary role of the office will be to develop various cycle schemes through the design and planning stages of each project, together with the development of tender documents for construction plus the management of the tender process for construction. It is envisaged that only limited design related services will be required during construction.
The Service Provider will also be required to undertake the role of Project Supervisor Design Process in relation to the design stages of the projects that are undertaken by the Service Provider.
In addition to the primary role of design development of projects, the Service Provider will also be expected to undertake other work related to sustainable transport provision, details of which are set out in the tender documents.
II.2.5)

[AwardCriteria]

[AwardCriteriaDescriptive]
II.2.7)

[DurationContractFrameworkDps]

[DurationMonths]: 24
[RenewalsSubject]: [Yes]
[RenewalsDescr]:  
The term of the Services will be 2 years. By agreement between the Authority and the successful Tenderer, the Contract may be renewed annually up to a maximum of two years after the end of the second year. Factors to be taken into account in considering an extension of the Contract will include (but may not be limited to) service requirements and performance.
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 the procurement documents.
III.1.2)

[EconomicFinancialStanding]

[CriteriaSelectionDocs]
III.1.3)

[TechnicalCapacity]

[CriteriaSelectionDocs]
III.2)

[ConditionsContract]

III.2.2)

[OtherConditions]

As set out in the procurement 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]:  18/07/2019
[Time]:  12:00
IV.2.4)

[LanguagesAllowed]

[Language_EN]
IV.2.6)

[MinTimeMaintain]

[DateTenderValid]:  14/01/2020
IV.2.7)

[OpeningConditions]

[Date]:  18/07/2019
[Time]:  14:00

[Section6]: [InfoComplement]

VI.1)

[RecurrenceInfo]

[RecurrentProcurement]:  [No]
VI.2)

[InfoEworkflow]

[EorderingUsed]
[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]: 
As set out in S.I. No. 130/2010 European Communities (Public Authorities' Contracts) (Review Procedures) Regulations 2010 (in particular Regulation 7 thereof).