Contract notice

Information

Published

Date of dispatch of this notice: 01/06/2022

Expire date: 04/07/2022

External Reference: 2022-264652

TED Reference: 2022/S 107-300158

Contract notice

[NoticeContract]

[Directive201424]

[Section1]: [Ca]

I.1)

[NameAddressContact]

National Transport Authority
N/A
Dún Scéine, Harcourt Lane, Iveagh Court
Dublin 2
D02 WT20
IE
[Contactpoint]: Paul Curran
[AddressPhone]: +353 18798300
[AddressFax]: +353 18798333
[Nutscode]:  IE061 -  Dublin
[Internets]:
I.3)

[InfoTendering]

[AddressObtainDocs]:  
http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=214984&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]

Request for Tenders for the Provision of Traffic Surveys and Vehicle Occupancy Surveys on the M50 Cordon and the Provision of a Multi-Supplier Framework Agreement for Traffic and Transport Survey
II.1.2)

[CpvMain]

63712710  - 
II.1.3)

[TypeContract]

[Services]
II.1.4)

[DescrShort]

The Authority intends to enter into a contract (the Contract) with the successful Tenderer for the Provision of Traffic Surveys and Vehicle Occupancy Surveys on the M50 Cordon.
In addition, the Authority intends to establish a framework of service providers for the provision of Traffic and Transport Survey Resources by entering into a framework agreement.
The Framework Agreement will relate to projects funded and /or managed by the Authority, and projects funded and/or managed by any of the Clients, together with any ancillary services which may be inferred therefrom or be necessary to carry out the services listed in the Tender documents.
II.1.5)

[ValueMagnitudeEstimatedTotal]

[ValueExclVat]: 12695000.00  EUR
II.1.6)

[LotsInfo]

[DivisionLots]: [No]
II.2)

[Description]

II.2.2)

[CpvAdditional]

71250000  - 
II.2.3)

[PlacePerformance]

[Nutscode]:  IE061 -  Dublin
[Nutscode]:  IE -  IRELAND
[MainsiteplaceWorksDelivery]:  
Dublin
II.2.4)

[DescrProcurement]

The Authority intends to enter into a contract (the Contract) with the successful Tenderer for the Provision of Traffic Surveys and Vehicle Occupancy Surveys on the M50 Cordon.
In addition, the Authority intends to establish a framework of service providers for the provision of Traffic and Transport Survey Resources by entering into a framework agreement (the Framework Agreement) with five Tenderers (subject to a sufficient number of suitably qualified candidates) who are ranked highest following assessment of the submitted Tenders for the M50 Cordon Contract.
The expected term of the M50 Cordon Contract will be until the Services in the Contract have been successfully completed.
The Authority has previously commissioned the generation of the M50 Cordon to identify the number of people travelling into the city from the M50 on a daily basis, and to supplement transport data that is already collected at other significant points in Dublin, such as the Canal Cordon. This data assists in gaining a wider insight into travel patterns in Dublin. The information generated at the proposed survey locations will also be used to support the ongoing development of the Eastern Regional Model (ERM), in which the main city is Dublin.
The services to be provided comprise the undertaking of traffic surveys at specified locations on the M50 Cordon. The Contract must be completed in its entirety and includes a combination of survey types.
The Contract requires Classified Junction Turning Counts (JTC), VO (Vehicle Occupancy), ATC (Automatic Traffic Counts) Pedestrian (JTC PED) and Bus Occupancy (BO) surveys.
More information is outlined in the Tender documents.
II.2.5)

[AwardCriteria]

[AwardCriteriaDescriptive]
II.2.6)

[ValueMagnitudeEstimated]

[ValueExclVat]: 12695000.00  EUR
II.2.7)

[DurationContractFrameworkDps]

[DurationMonths]: 36
[RenewalsSubject]: [Yes]
[RenewalsDescr]:  
The Contract shall continue in full force and until successful completion of the Services.
The expected term of the Framework Agreement will be an initial period of three (3) years. At the discretion of the Authority, the Framework Agreement may be renewed for a period of up to a further one (1) year.
II.2.10)

[VariantsInfo]

[VariantsAccepted]: [No]
II.2.11)

[OptionsInfo]

[Options]: [No]
II.2.13)

[EuProgrInfo]

[EuProgrRelated]: [No]
II.2.14)

[InfoAdditional]

The estimated value outlined in part 2.2.6 above is the maximum estimated value for the framework over the extended full term of the framework. The expected estimated value is €11,700,000 for the extended full term of the framework,

[Section3]: [InfoLegal]

III.1)

[ConditionsParticip]

III.1.1)

[SituationPersonalIncl]

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

[EconomicFinancialStanding]

[CriteriaSelectionDocs]
III.1.3)

[TechnicalCapacity]

[CriteriaSelectionDocs]
III.2)

[ConditionsContract]

III.2.2)

[OtherConditions]

As set out in the tender documents.

[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]:  27/06/2022
[Time]:  12:00
IV.2.4)

[LanguagesAllowed]

[Language_EN]
IV.2.6)

[MinTimeMaintain]

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

[OpeningConditions]

[Date]:  27/06/2022
[Time]:  12:00

[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 (Award of Public Authority Contracts) Regulations 2016