loading
  • IE-D02 WT20 Dublin 2
  • 26.07.2018
  • Ausschreibung
  • (ID 2-305984)

Provision of Limerick Metropolitan Area Transport Strategy


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 26.07.2018, 12:00 Bewerbungsschluss
    Verfahren Offenes Verfahren
    Gebäudetyp Verkehr
    Art der Leistung allgemeine Beratungsleistungen / Objektplanung Verkehrsanlagen
    Sprache Englisch
    Aufgabe
    The core objective of the Services is to develop a transport strategy for the Limerick Metropolitan Area (LMA) covering the period 2019 to 2040, and addressing all land transport modes. The objective of the Transport Strategy is to provide a long-term strategic planning framework for the integrated development of transport infrastructure and services in the LMA.
    It is envisaged that this Contract will be awarded in August 2018 and that a draft Transport Strategy will be completed by January 2019. A further four month period is envisaged for public consultation and for amendments arising from that consultation to be incorporated in the final version of the Transport Strategy. The finalised Transport Strategy is expected to be completed 10 months after the commencement of the Services.
    Leistungsumfang
    The core objective of the Services is to develop a transport strategy (Transport Strategy) for the Limerick Metropolitan Area (LMA) covering the period 2019 to 2040, and addressing all land transport modes. The objective of the Transport Strategy is to provide a long-term strategic planning framework for the integrated development of transport infrastructure and services in the LMA.
    It is envisaged that this Contract will be awarded in August 2018 and that a draft Transport Strategy will be completed by January 2019. A further four month period is envisaged for public consultation and for amendments arising from that consultation to be incorporated in the final version of the Transport Strategy. The finalised Transport Strategy is expected to be completed 10 months after the commencement of the Services.
    Adresse des Bauherren IE-D02 WT20 Dublin 2
    TED Dokumenten-Nr. 265862-2018

  • Anzeigentext Ausschreibung

    maximieren


    • Ireland-Dublin: Transport systems consultancy services

      2018/S 117-265862

      Contract notice

      Services

      Directive 2014/24/EU

      Section I: Contracting authority

      I.1)Name and addresses
      National Transport Authority
      N/A
      Dun Sceine, Iveagh Court, Harcourt Lane
      Dublin 2
      D02 WT20
      Ireland
      Contact person: Ellen O'Connor
      Telephone: +353 18798300
      E-mail: MjEwZmhlWWtoW2NbZGo2ZFdqX2VkV2JqaFdkaWZlaGokX1s=
      Fax: +353 18798333
      NUTS code: IE

      Internet address(es):

      Main address: https://www.nationaltransport.ie

      Address of the buyer profile: https://irl.eu-supply.com/ctm/Company/CompanyInformation/Index/1149

      I.2)Information about joint procurement
      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=130906&B=ETENDERS_SIMPLE
      Additional information can be obtained from the abovementioned address
      Tenders or requests to participate must be submitted electronically via: http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=130906&B=ETENDERS_SIMPLE
      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 Limerick Metropolitan Area Transport Strategy

      II.1.2)Main CPV code
      71311200
      II.1.3)Type of contract
      Services
      II.1.4)Short description:

      The core objective of the Services is to develop a transport strategy for the Limerick Metropolitan Area (LMA) covering the period 2019 to 2040, and addressing all land transport modes. The objective of the Transport Strategy is to provide a long-term strategic planning framework for the integrated development of transport infrastructure and services in the LMA.

      It is envisaged that this Contract will be awarded in August 2018 and that a draft Transport Strategy will be completed by January 2019. A further four month period is envisaged for public consultation and for amendments arising from that consultation to be incorporated in the final version of the Transport Strategy. The finalised Transport Strategy is expected to be completed 10 months after the commencement of the Services.

      II.1.5)Estimated total value
      II.1.6)Information about lots
      This contract is divided into lots: no
      II.2)Description
      II.2.1)Title:
      II.2.2)Additional CPV code(s)
      60000000
      71300000
      71310000
      71311000
      71311210
      71311220
      71311300
      71318000
      71320000
      II.2.3)Place of performance
      NUTS code: IE0
      II.2.4)Description of the procurement:

      The core objective of the Services is to develop a transport strategy (Transport Strategy) for the Limerick Metropolitan Area (LMA) covering the period 2019 to 2040, and addressing all land transport modes. The objective of the Transport Strategy is to provide a long-term strategic planning framework for the integrated development of transport infrastructure and services in the LMA.

      It is envisaged that this Contract will be awarded in August 2018 and that a draft Transport Strategy will be completed by January 2019. A further four month period is envisaged for public consultation and for amendments arising from that consultation to be incorporated in the final version of the Transport Strategy. The finalised Transport Strategy is expected to be completed 10 months after the commencement of the Services.

      II.2.5)Award criteria
      Price is not the only award criterion and all criteria are stated only in the procurement documents
      II.2.6)Estimated value
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Duration in months: 10
      This contract is subject to renewal: no
      II.2.10)Information about variants
      Variants will be accepted: no
      II.2.11)Information about options
      Options: no
      II.2.12)Information about electronic catalogues
      II.2.13)Information about European Union funds
      The procurement is related to a project and/or programme financed by European Union funds: no
      II.2.14)Additional information

      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 set out in the tender 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.1.5)Information about reserved contracts
      III.2)Conditions related to the contract
      III.2.1)Information about a particular profession
      III.2.2)Contract performance conditions:

      As set out in the tender 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.1.3)Information about a framework agreement or a dynamic purchasing system
      IV.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogue
      IV.1.6)Information about electronic auction
      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.2.1)Previous publication concerning this procedure
      IV.2.2)Time limit for receipt of tenders or requests to participate
      Date: 26/07/2018
      Local time: 12:00
      IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
      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: 28/01/2019
      IV.2.7)Conditions for opening of tenders
      Date: 26/07/2018
      Local time: 14:00

      Section VI: Complementary information

      VI.1)Information about recurrence
      This is a recurrent procurement: no
      VI.2)Information about electronic workflows
      Electronic ordering will be used
      Electronic invoicing will be accepted
      Electronic payment will be used
      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 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)Procedures for review
      VI.4.1)Review body
      High Court of Ireland
      Four Courts, Ground Floor (East Wing), Inns Quay
      Dublin 7
      D7
      Ireland
      Telephone: +353 18886000
      E-mail: MTRkZWNkX2txbnBfYWpwbl1oa2JiZV9hPF9rcW5wbyplYQ==
      Fax: +353 18886125

      Internet address: http://www.courts.ie

      VI.4.2)Body responsible for mediation procedures
      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).

      VI.4.4)Service from which information about the review procedure may be obtained
      VI.5)Date of dispatch of this notice:
      19/06/2018
    © European Union, http://ted.europa.eu
  • Protected by Copyscape
  • Gewährleistung

    competitionline übernimmt keine Verantwortung für Fehler, Auslassungen, Unterbrechungen, Löschungen, Mängel oder Verzögerungen im Betrieb oder bei Übertragung von Inhalten. competitionline übernimmt keine Verantwortung für Einbußen oder Schäden, die aus der Verwendung der Internetseiten, aus der Verwendung von Nutzerinhalten oder von Inhalten Dritter, die aus den Internetseiten oder über den Service gepostet oder an Nutzer übertragen werden, oder aus Interaktionen zwischen Nutzer und Internetseiten (online oder offline) resultieren. Bitte lesen Sie hierzu unsere Nutzungsbedingungen.


INFO-BOX

Ausschreibung veröffentlicht 21.06.2018
Zuletzt aktualisiert 21.06.2018
Wettbewerbs-ID 2-305984 Status Kostenpflichtig
Seitenaufrufe 39