Provision of Consultancy Services for the Preparation of Environmental Impact Assessments and Transport Impact Assessments for the BusConnects Core Bus Corridor Programme
The national transport authority requires the services of a Service Provider to undertake services relating to the identification and mitigation of environmental impacts imposed by the BusConnects Programme. Please refer to the tender documents for further information.
Deadline
The time limit for receipt of tenders was 2019-06-19.
The procurement was published on 2019-05-13.
Suppliers
The following suppliers are mentioned in award decisions or other procurement documents:
Object Scope of the procurement
Title:
โProvision of Consultancy Services for the Preparation of Environmental Impact Assessments and Transport Impact Assessments for the BusConnects Core Bus...โ
Title
Provision of Consultancy Services for the Preparation of Environmental Impact Assessments and Transport Impact Assessments for the BusConnects Core Bus Corridor Programme
Show more
Products/services: Environmental impact assessment for construction๐ฆ
Short description:
โThe national transport authority requires the services of a Service Provider to undertake services relating to the identification and mitigation of...โ
Short description
The national transport authority requires the services of a Service Provider to undertake services relating to the identification and mitigation of environmental impacts imposed by the BusConnects Programme. Please refer to the tender documents for further information.
The NTA requires a Service Provider (SP) to undertake services relating to the identification and mitigation of environmental impacts imposed by the BusConnects Programme, including but not limited to:
โ the preparation of an over-arching assessment of environmental and transport impacts and detailing the cumulative impacts of the Programme as a whole,
โ the development, in conjunction with all other relevant Service Providers, of a construction strategy,
โ the undertaking of a separate Environmental Impact Assessment (EIA) and preparation of a subsequent Environmental Impact Assessment Report (EIAR) for each of the 12 schemes, prepared in accordance with all relevant legislation and industry best practice. These shall include Natura impact statements as appropriate for each scheme.
โ the undertaking of a comprehensive strategic transport analysis and assessment for the Programme as a whole and the preparation of an overall Transport Impact Assessment (TIA) for the Programme,
โ aligned with the TIA, to undertake a comprehensive transport analysis and assessment for each scheme, including the provision of a Transport Impact Assessment for each scheme,
โ the identification and development of proposed mitigation measures for incorporation into the EIAR and specimen design where required,
โ the preparation of documentation for the statutory processes to include the preparation of documentation and presentation of evidence at oral hearings,
โ the collaboration with the EDs on all matters in relation to the environmental impact and transport impact of the programme,
โ the provision of advices, as necessary, on all matters relating to the environment as they relate to the Programme,
โ the provision of key inputs to and collaborating with the appointed business case Service Provider to support the delivery of the detailed business case,
โ the preparation of the environmental and transport sections of the tender documents in accordance with the agreed construction strategy.
Show more Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
Duration of the contract, framework agreement or dynamic purchasing system
The time frame below is expressed in number of months.
Description
Duration: 19
Additional information:
โApplicants must submit a completed SAQ, and a response to the instructions to tenderers and tender and schedule, including any supporting and additional...โ
Additional information
Applicants must submit a completed SAQ, and a response to the instructions to tenderers and tender and schedule, including any supporting and additional information/documents as set out in these mentioned documents.
Legal, economic, financial and technical information Conditions for participation
List and brief description of conditions:
โAs set out in the procurement documents comprising of the suitability assessment questionnaire and associated appendices, and the instructions to tenderers,...โ
List and brief description of conditions
As set out in the procurement documents comprising of the suitability assessment questionnaire and associated appendices, and the instructions to tenderers, and tender and schedule documents.
Show more Economic and financial standing
Selection criteria as stated in the procurement documents
Technical and professional ability
Selection criteria as stated in the procurement documents
Conditions for participation
List and brief description of rules and criteria:
โAs set out in the procurement documents comprising of the suitability assessment questionnaire and associated appendices, and the instructions to tenderers,...โ
List and brief description of rules and criteria
As set out in the procurement documents comprising of the suitability assessment questionnaire and associated appendices, and the instructions to tenderers, and tender and schedule documents.
Show more
Deposits and guarantees required:
โAs set out in the procurement documents comprising of the suitability assessment questionnaire and associated appendices, and the instructions to tenderers,...โ
Deposits and guarantees required
As set out in the procurement documents comprising of the suitability assessment questionnaire and associated appendices, and the instructions to tenderers, and tender and schedule documents.
Show more
Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
โAs set out in the procurement documents comprising of the suitability assessment questionnaire and associated appendices, and the instructions to tenderers,...โ
Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them
As set out in the procurement documents comprising of the suitability assessment questionnaire and associated appendices, and the instructions to tenderers, and tender and schedule documents.
Show more
Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
โAs set out in the procurement documents comprising of the suitability assessment questionnaire and associated appendices, and the instructions to tenderers,...โ
Legal form to be taken by the group of economic operators to whom the contract is to be awarded
As set out in the procurement documents comprising of the suitability assessment questionnaire and associated appendices, and the instructions to tenderers, and tender and schedule documents.
Show more Conditions related to the contract
Contract performance conditions:
โAs set out in the procurement documents comprising of the suitability assessment questionnaire and associated appendices, and the instructions to tenderers,...โ
Contract performance conditions
As set out in the procurement documents comprising of the suitability assessment questionnaire and associated appendices, and the instructions to tenderers, and tender and schedule documents.
Show more 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
Procedure Type of procedure
Open procedure
Administrative information
Time limit for receipt of tenders or requests to participate: 2019-06-19
12:00 ๐
Languages in which tenders or requests to participate may be submitted: English ๐ฃ๏ธ
Tender must be valid until: 2019-12-16 ๐
Conditions for opening of tenders: 2019-06-19
14:00 ๐
Complementary information Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
Additional information
โThe NTA will not be responsible for any costs, charges or expenses incurred by candidates or tenderers relating to any of the contract award procedures...โ
The NTA will not be responsible for any costs, charges or expenses incurred by candidates or tenderers relating to any of the contract award procedures irrespective of the outcome the competition, or if the competition is postponed or cancelled.
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), or change the basis of, and the procedures for, the bidding process, at any time, or procure the services by alternative means if it appears that the services can thereby be more advantageously procured. The most economically advantageous or any tender will not automatically be accepted.
Show more Review body
Name: High Court of Ireland
Postal address: Four Courts, Ground Floor (East Wing), Inns Quay
Postal town: Dublin 7
Postal code: D7
Country: Ireland ๐ฎ๐ช
Phone: +353 18886000๐
E-mail: highcourtcentraloffice@courts.ie๐ง
Fax: +353 18886125 ๐
URL: http://www.courts.ie๐ Review procedure
Precise information on deadline(s) for review procedures:
โAs set out in S.I. No 131/2010 European Communities (Award of Contracts by Utilities Undertakings) (Review Procedures) Regulations 2010 (in particular Regulation 7).โ
Precise information on deadline(s) for review procedures
As set out in S.I. No 131/2010 European Communities (Award of Contracts by Utilities Undertakings) (Review Procedures) Regulations 2010 (in particular Regulation 7).
Show more
Source: OJS 2019/S 094-228337 (2019-05-13)
Contract award notice (2019-08-20) Contracting authority Name and addresses
Postal town: Dublin
Postal code: D02W T20
Object Scope of the procurement
Title:
โProvision of Consultancy Services for the preparation of Environmental Impact Assessments and Transport Impact Assessments for the BusConnects Core Bus...โ
Title
Provision of Consultancy Services for the preparation of Environmental Impact Assessments and Transport Impact Assessments for the BusConnects Core Bus Corridor Programme
Show more
Short description:
โThe National Transport Authority requires the services of a service provider to undertake services relating to the identification and mitigation of...โ
Short description
The National Transport Authority requires the services of a service provider to undertake services relating to the identification and mitigation of environmental impacts imposed by the BusConnects Programme. Please refer to the tender documents for further information.
Show more
Total value of the procurement (excluding VAT): EUR 12 395 531 ๐ฐ
Description
Description of the procurement:
โThe NTA requires a service provider (SP) to undertake services relating to the identification and mitigation of environmental impacts imposed by the...โ
Description of the procurement
The NTA requires a service provider (SP) to undertake services relating to the identification and mitigation of environmental impacts imposed by the BusConnects Programme, including but not limited to:
โ the preparation of an over-arching assessment of environmental and transport impacts and detailing the cumulative impacts of the Programme as a whole,
โ the development, in conjunction with all other relevant service providers, of a construction strategy,
โ the undertaking of a separate Environmental impact assessment (EIA) and preparation of a subsequent Environmental impact assessment report (EIAR) for each of the 12 schemes, prepared in accordance with all relevant legislation and industry best practice. These shall include natura impact statements as appropriate for each scheme,
โ the undertaking of a comprehensive strategic transport analysis and assessment for the programme as a whole and the preparation of an overall Transport impact assessment (TIA) for the programme,
โ aligned with the TIA, to undertake a comprehensive transport analysis and assessment for each scheme, including the provision of a transport impact assessment for each scheme,
โ the identification and development of proposed mitigation measures for incorporation into the EIAR and specimen design where required,
โ the preparation of documentation for the statutory processes to include the preparation of documentation and presentation of evidence at oral hearings,
โ the collaboration with the EDs on all matters in relation to the environmental impact and transport impact of the programme,
โ the provision of advices, as necessary, on all matters relating to the environment as they relate to the programme,
โ the provision of key inputs to and collaborating with the appointed business case service provider to support the delivery of the detailed business case,
โ the preparation of the environmental and transport sections of the tender documents in accordance with the agreed construction strategy.
Show more Award criteria
Quality criterion (name): Proposed programme team
Quality criterion (weighting): 250
Quality criterion (name): Collaboration approach
Quality criterion (weighting): 150
Quality criterion (name): Modelling approach
Quality criterion (name): Approach to cumulative effects and interrelationships
Price (weighting): 300
Procedure Administrative information
Previous publication concerning this procedure: 2019/S 094-228337
Award of contract
1๏ธโฃ
Contract Number: 1
Title:
โProvision of Consultancy Services for the preparation of Environmental Impact Assessments and Transport Impact Assessments for the BusConnects Core Bus...โ
Title
Provision of Consultancy Services for the preparation of Environmental Impact Assessments and Transport Impact Assessments for the BusConnects Core Bus Corridor Programme
Show more
Date of conclusion of the contract: 2019-07-26 ๐
Information about tenders
Number of tenders received: 1
Number of tenders received from SMEs: 0
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 1
Name and address of the contractor
Name: Jacobs Engineering Ireland Ltd
National registration number: 4806442L
Postal address: Merrion House
Postal town: Dublin 4
Postal code: Merrion Road
Country: Ireland ๐ฎ๐ช
Phone: +353 12614149๐
E-mail: jacobsdubline-tenders@jacobs.com๐ง
Region: Dublin๐๏ธ
URL: http://www.jacobs.com๐
The contractor is an SME
Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 12 395 531 ๐ฐ
Complementary information Additional information
โThe NTA will not be responsible for any costs, charges or expenses incurred by candidates or tenderers relating to any of the contract award procedures...โ
The NTA will not be responsible for any costs, charges or expenses incurred by candidates or tenderers relating to any of the contract award procedures irrespective of the outcome the competition, or if the competition is postponed or cancelled.
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), or change the basis of, and the procedures for, the bidding process, at any time, or procure the services by alternative means if it appears that the services can thereby be more advantageously procured. The most economically advantageous or any tender will not automatically be accepted.
Show more Review body
Postal town: Dublin
Source: OJS 2019/S 161-397358 (2019-08-20)