Contract notice

Information

Published

Date of dispatch of this notice: 26/07/2022

Expire date: 20/09/2022

External Reference: 2022-263033

TED Reference: 2022/S 145-414550

Contract notice

[NoticeContract]

[Directive201424]

[Section1]: [Ca]

I.1)

[NameAddressContact]

National Transport Authority
0000
Dun Sceine, Iveagh Court Harcourt Lane
Dublin
D02WT20
IE
[Contactpoint]: Paul Curran
[AddressPhone]: +353 18798300
[Nutscode]:  IE -  IRELAND
[Internets]:
I.3)

[InfoTendering]

[AddressObtainDocs]:  
http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=219824&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 Agreement for the provision of Consultancy Services for design, construction management and other services for Transport Projects of Estimated Value Less Than €3million funded by the Na
II.1.2)

[CpvMain]

71320000  - 
II.1.3)

[TypeContract]

[Services]
II.1.4)

[DescrShort]

The scope that may be required pursuant to the Framework Agreement includes the provision of Engineering Consultancy Services for transport and transport related projects, with an estimated value of less than €3,000,000.
II.1.5)

[ValueMagnitudeEstimatedTotal]

[ValueExclVat]: 50000000.00  EUR
II.1.6)

[LotsInfo]

[DivisionLots]: [No]
II.2)

[Description]

II.2.2)

[CpvAdditional]

71000000  - 
71300000  - 
71400000  - 
71500000  - 
II.2.3)

[PlacePerformance]

[Nutscode]:  IE -  IRELAND
II.2.4)

[DescrProcurement]

The scope that may be required pursuant to the Framework Agreement includes the provision of Engineering Consultancy Services for transport and transport related projects, with an estimated value of less than €3,000,000, including (but not limited to) the development, design, implementation and/or project management of: • Cycling and Cycleway schemes; • Bike Share schemes; • Pedestrian improvement schemes; • Street and/or road improvement schemes; • Junction improvement schemes; • Bus Priority Infrastructure measures; • Accessibility improvement and Permeability schemes; • Traffic management schemes; • ITS and related projects; • Park and Ride developments; • Bus stop and bus shelter provision; • Mobility hubs or interchange locations; • Projects under Safe Routes to Schools programmes; • Bus related infrastructure (note: this is intended to assist with depots and electrification); and • Other ancillary projects and studies associated with active travel and sustainable transport provision and overall traffic management.
II.2.5)

[AwardCriteria]

[AwardCriteriaDescriptive]
II.2.6)

[ValueMagnitudeEstimated]

[ValueExclVat]: 50000000.00  EUR
II.2.7)

[DurationContractFrameworkDps]

[DurationMonths]: 48
[RenewalsSubject]: [Yes]
[RenewalsDescr]:  
The Framework Agreement will be for an initial period of 3 years. At the discretion of the Authority, the Framework Agreement may be extended annually up to a maximum of a further 1 years at the Authority’s sole discretion.
II.2.10)

[VariantsInfo]

[VariantsAccepted]: [No]
II.2.11)

[OptionsInfo]

[Options]: [No]
II.2.13)

[EuProgrInfo]

[EuProgrRelated]: [No]
II.2.14)

[InfoAdditional]

The Authority has indicated that €50 million is the estimated value. This is the maximum value expected of services to be drawn down off this Framework. The Authority reasonably expects the value of the services to be drawn down off this Framework as €40 million.

[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]:  15
IV.1.8)

[GpaInfo]

[GpaCovered] : [Yes]
IV.2)

[InfoAdmin]

IV.2.2)

[LimitReceiptTendersReqPart]

[Date]:  06/09/2022
[Time]:  00:00
IV.2.4)

[LanguagesAllowed]

[Language_EN]
IV.2.6)

[MinTimeMaintain]

[DateTenderValid]:  05/03/2023
IV.2.7)

[OpeningConditions]

[Date]:  06/09/2022
[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.