Contract notice

Information

Published

Date of dispatch of this notice: 03/04/2023

Expire date: 19/05/2023

External Reference: 2023-272136

TED Reference: 2023/S 070-206852

Contract notice

[NoticeContract]

[Directive201424]

[Section1]: [Ca]

I.1)

[NameAddressContact]

National Transport Authority
0000
Dun Sceine, Iveagh Court Harcourt Lane
Dublin
D02WT20
IE
[Contactpoint]: Carolyn Keegan
[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=238655&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 Provision of Quantity Surveying Services
II.1.2)

[CpvMain]

71324000  - 
II.1.3)

[TypeContract]

[Services]
II.1.4)

[DescrShort]

The Authority intends to establish a framework of service providers for the Provision of Consultancy Quantity Surveying Services for Transport Projects funded by the National Transport Authority by entering into a framework agreement with a maximum of ten Tenderers who are ranked highest following assessment of the submitted Tenders. The list of service elements forming the Services are indicative only, are not exhaustive and are subject to change. The expected term of the framework will be three years with an option to extend for a further year at the sole discretion of the Authority. In addition, The Authority intends to enter into a contract with the most economically advantageous tenderer for the provision of Provision of Advisory Services to the NTA for Dun Laoghaire Central, Active Travel Improvements scheme.
II.1.5)

[ValueMagnitudeEstimatedTotal]

[ValueExclVat]: 50000000.00  EUR
II.1.6)

[LotsInfo]

[DivisionLots]: [No]
II.2)

[Description]

II.2.2)

[CpvAdditional]

71242000  - 
71244000  - 
71311200  - 
71322100  - 
79311410  - 
II.2.3)

[PlacePerformance]

[Nutscode]:  IE -  IRELAND
II.2.4)

[DescrProcurement]

The Authority intends to establish a framework of service providers for the Provision of Consultancy Quantity Surveying Services for Transport Projects funded by the National Transport Authority by entering into a framework agreement (the Framework Agreement) with a maximum of ten (10) Tenderers (subject to a sufficient number of suitably qualified tenderers meeting the requirements of this Invitation to Tender) who are ranked highest following assessment of the submitted Tenders. The list of service elements forming the Services are indicative only, are not exhaustive and are subject to change.
The expected term of the framework will be three years with an option to extend for a further year at the sole discretion of the Authority.
In addition, The Authority intends to enter into a contract (the Contract) with the most economically advantageous tenderer for the provision of Provision of Advisory Services to the NTA for Dun Laoghaire Central, Active Travel Improvements scheme.
II.2.5)

[AwardCriteria]

[AwardCriteriaDescriptive]
II.2.6)

[ValueMagnitudeEstimated]

[ValueExclVat]: 50000000.00  EUR
II.2.7)

[DurationContractFrameworkDps]

[DurationMonths]: 36
[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]

[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.2.3)

[StaffResponsible]

[StaffResponsibleIndicate]

[Section4]: [Procedure]

IV.1)

[Description]

IV.1.1)

[TypeProcedure]

[ProctypeOpen]
IV.1.3)

[FrameworkContractDpsInfo]

[NoticeInvolvesFramework]
[FrameworkSeveral]
[FrameworkParticipEnvis]:  10
IV.1.8)

[GpaInfo]

[GpaCovered] : [Yes]
IV.2)

[InfoAdmin]

IV.2.2)

[LimitReceiptTendersReqPart]

[Date]:  12/05/2023
[Time]:  12:00
IV.2.4)

[LanguagesAllowed]

[Language_EN]
IV.2.6)

[MinTimeMaintain]

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

[OpeningConditions]

[Date]:  12/05/2023
[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 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]: 
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).