Contract notice

Information

Published

Date of dispatch of this notice: 20/08/2021

Expire date: 08/10/2021

External Reference: 2021-272298

TED Reference: 2021/S 164-431219

Contract notice

[NoticeContract]

[Directive201424]

[Section1]: [Ca]

I.1)

[NameAddressContact]

National Transport Authority
Dun Sceine Harcourt Lane
Dublin
D02 WT20
IE
[Contactpoint]: Orlagh McGowan
[AddressPhone]: +353 18798300
[AddressFax]: +353 18798333
[Nutscode]:  IE -  IRELAND
[Internets]:
I.3)

[InfoTendering]

[AddressObtainDocs]:  
http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=196050&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 for the Provision of Financial Advisory Services Including Financial Advisory Services For Transport Related Projects Funded By The National Transport Authority
II.1.2)

[CpvMain]

66171000  - 
II.1.3)

[TypeContract]

[Services]
II.1.4)

[DescrShort]

The National Transport Authority (“NTA”) wishes to establish a Multi Supplier Framework for the Provision of Financial Advisory Services including Financial Advisory Services for Transport Related Projects funded by the NTA. The primary objective of the establishment of the framework is to support the NTA in the performance of its statutory and non-statutory functions and to support the successful delivery of any transport related projects which are funded by the NTA. Following consideration of tenders received, the NTA may, at its discretion, enter into framework agreements with a maximum of five (5) tenderers, subject to that number meeting the minimum criteria and submitting the most economically advantageous tenders.
II.1.5)

[ValueMagnitudeEstimatedTotal]

[ValueExclVat]: 550000.00  EUR
II.1.6)

[LotsInfo]

[DivisionLots]: [No]
II.2)

[Description]

II.2.2)

[CpvAdditional]

66000000  - 
66170000  - 
79211200  - 
79212100  - 
79221000  - 
79412000  - 
II.2.3)

[PlacePerformance]

[Nutscode]:  IE -  IRELAND
II.2.4)

[DescrProcurement]

The National Transport Authority (“NTA”) wishes to establish a Multi Supplier Framework for the Provision of Financial Advisory Services including Financial Advisory Services for Transport Related Projects funded by the NTA. The primary objective of the establishment of the framework is to support the NTA in the performance of its statutory and non-statutory functions and to support the successful delivery of any transport related projects which are funded by the NTA. The framework shall comprise of suitably qualified service providers who will be available, upon request, to tender for certain financial advisory services required directly by the NTA for NTA based projects and/or for certain financial advisory services in respect of Transport Related Projects funded by the NTA. Following consideration of tenders received, the NTA may, at its discretion, enter into framework agreements with a maximum of five (5) tenderers, subject to that number meeting the minimum criteria and submitting the most economically advantageous tenders. It is intended that this framework will include as contracting authorities all of the local authorities in the State in addition to Eastern and Midland Regional Assembly, Northern and Western Regional Assembly, Southern Regional Assembly, Iarnród Éireann, Dublin Bus, Bus Éireann, Transport Infrastructure Ireland and An Taisce. The scope of the services that may be required relate to the provision of financial advisory services and the extent of the services to be performed under any particular engagement will be set out in the services contracts which will be awarded following ‘call-off’ competitions conducted in accordance with the framework rules set out in the draft contract. The expected term of the framework agreements will be four (4) years. Refer to the procurement documents for full information.
II.2.5)

[AwardCriteria]

[AwardCriteriaDescriptive]
II.2.7)

[DurationContractFrameworkDps]

[DurationMonths]: 48
[RenewalsSubject]: [No]
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.1.3)

[FrameworkContractDpsInfo]

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

[GpaInfo]

[GpaCovered] : [Yes]
IV.2)

[InfoAdmin]

IV.2.2)

[LimitReceiptTendersReqPart]

[Date]:  24/09/2021
[Time]:  12:00
IV.2.4)

[LanguagesAllowed]

[Language_EN]
IV.2.6)

[MinTimeMaintain]

[DateTenderValid]:  23/08/2022
IV.2.7)

[OpeningConditions]

[Date]:  24/09/2021
[Time]:  12:00
[OpeningPlace]:  
Dublin

[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. The estimated total value of the framework is indicative only and relates solely to financial advisory services that may be required directly by the NTA for NTA based projects over the four (4) year term of the framework. It does not account for the estimated value of financial advisory services that may be required by other contracting authorities specified as part of the framework in respect of Transport Related Projects funded by the NTA.
VI.4)

[AppealsProcedure]

VI.4.1)

[AppealsBody]

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

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).