Contract notice

Information

Published

Date of dispatch of this notice: 28/05/2021

Expire date: 07/07/2021

External Reference: 2021-252590

TED Reference: 2021/S 105-276617

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

National Transport Authority
Dun Sceine Harcourt Lane
Dublin
D02 WT20
IE
Contact person: Katie O'Connor
Telephone: +353 18798300
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=189707&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 Management Services for Bus Station and Terminus Design and Construction
II.1.2)

Main CPV code

63712000  -  Support services for road transport
II.1.3)

Type of contract

Services
II.1.4)

Short description

The National Transport Authority ("NTA") has embarked on a major change programme to transform bus services in Dublin. The implementation of the redesigned network will be supported by some changes to the road network infrastructure, with:
• new and improved interchange and passenger facilities at key locations (“Bus
Stations”);
• a significant number of alterations to termini and bus standing facilities at existing locations and new termini and bus standing facilities at new locations (“Bus Termini”); and
• other related infrastructure works required to facilitate the delivery of enhanced bus services.
The NTA requires support from a suitably qualified and experienced service
provider to provide management services to lead in the planning, design and the management of the construction of these Bus Station and Terminus facilities.
Further detail is set out in the procurement documents attached to this contract notice.
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

63712100  -  Bus station services
71541000  -  Construction project management services
72224000  -  Project management consultancy services
79400000  -  Business and management consultancy and related services
79411000  -  General management consultancy services
79993000  -  Building and facilities management services
79993100  -  Facilities management services
45213300  -  Buildings associated with transport
60100000  -  Road transport services
60112000  -  Public road transport services
63700000  -  Support services for land, water and air transport
63710000  -  Support services for land transport
63711000  -  Support services for railway transport
71311200  -  Transport systems consultancy services
79410000  -  Business and management consultancy services
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
Main site or place of performance:  
Dublin
II.2.4)

Description of the procurement

The National Transport Authority ("NTA") has embarked on a major change programme to transform bus services in Dublin. The implementation of the redesigned network will be supported by some changes to the road network infrastructure, with:
• new and improved interchange and passenger facilities at key locations (“Bus
Stations”);
• a significant number of alterations to termini and bus standing facilities at existing locations and new termini and bus standing facilities at new locations (“Bus Termini”); and
• other related infrastructure works required to facilitate the delivery of enhanced bus services.
The NTA requires support from a suitably qualified and experienced service
provider to provide management services to lead in the planning, design and the management of the construction of these Bus Station and Terminus facilities.
Further detail is set out in the procurement documents attached to this contract notice.
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24
This contract is subject to renewal: yes
Description of renewals:  
The expected term of the contract will be for an initial period of two (2) years. The contract
may be renewed twice by the NTA, at its sole discretion, for a period or periods of up to
twelve months after the end of the second 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 stated in the procurement 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 stated in the procurement 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:  30/06/2021
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:  27/12/2021
IV.2.7)

Conditions for opening of tenders

Date:  30/06/2021
Local time:  12:00

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.3)

Additional information

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 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 7
IE
Telephone: +353 18886125
Internet address: http://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).