The NTA is a statutory non-commercial body, which operates under the aegis of the Department of Transport. Established in 2009, the NTA is responsible for developing and implementing strategies to provide high quality, accessible, sustainable transport across Ireland. The Core Bus Corridors Infrastructure Works (CBCIW) is an integral part of the BusConnects Dublin which aims to deliver an enhanced bus system that is better for the city, its people, and the environment. The BusConnects Dublin CBCIW involves the development of continuous bus priority infrastructure and improved pedestrian and cycling facilities on key radial core corridors in the Greater Dublin Area, across the local authority jurisdictions of Dublin City Council, South Dublin County Council, Dรบn Laoghaire-Rathdown County Council, Fingal County Council, and Wicklow County Council. Overall, the CBCIW encompasses the delivery of approximately 230km of dedicated bus lanes and 200kms of cycle tracks. The Transport Strategy for the Greater Dublin Area 2022-2042 sets out that subject to obtaining statutory planning approvals, the NTA will deliver the works through 12 Core Bus Corridors as per the Dublin BusConnects programme. Further information about the 12 schemes making up the CBCIW can be found within the procurement documents. In order to deliver the individual schemeโs the NTA is seeking to establish a framework covering all 12 CBCIW schemes in their current form alongside any successors and/or variations. Up to 6 Contractors will be appointed to the framework to facilitate the successful delivery of the CBCIW schemes. This procurement will follow the negotiated procedure with prior call for competition. Up to 8 Candidates may be shortlisted from the Pre-Qualification stage to the Invitation To Negotiate (ITN) stage. The framework value is excluding VAT. Given the long term duration of the framework, as well as the nature of the schemes to be constructed, it is not possible to provide a definitive estimate of the value of the framework. The estimated value stated within this notice represents the NTAโs best estimate at this stage, but the actual value of the framework may be higher or lower depending on the actual volume of services required. It is anticipated that the framework will be in place for a period of four (4) years with the option to extend annually for up to four (4) additional years (4+1+1+1+1) at the sole discretion of the NTA. The estimated framework value encompasses the 12 schemes over the full 8 year duration. At ITN stage, the evaluation will be based on an initial tender which will comprise of technical and commercial responses to be submitted by Tenderers. Tenders will be evaluated to determine the most economically advantageous tenderer(s). The NTA reserves the right to not conduct any negotiation and accept initial tenders as final. The NTA will utilise the New Engineering Contract 4 (NEC4) for call-off contracts.
Deadline
The time limit for receipt of tenders was 2024-03-15.
The procurement was published on 2024-01-31.
Contract notice (2024-01-31) Object Scope of the procurement
Title: BusConnects Dublin Core Bus Corridors Infrastructure Works (CBCIW) Framework Agreement
Short description:
โThe NTA is a statutory non-commercial body, which operates under the aegis of the Department of Transport. Established in 2009, the NTA is responsible for...โ
Short description
The NTA is a statutory non-commercial body, which operates under the aegis of the Department of Transport. Established in 2009, the NTA is responsible for developing and implementing strategies to provide high quality, accessible, sustainable transport across Ireland. The Core Bus Corridors Infrastructure Works (CBCIW) is an integral part of the BusConnects Dublin which aims to deliver an enhanced bus system that is better for the city, its people, and the environment. The BusConnects Dublin CBCIW involves the development of continuous bus priority infrastructure and improved pedestrian and cycling facilities on key radial core corridors in the Greater Dublin Area, across the local authority jurisdictions of Dublin City Council, South Dublin County Council, Dรบn Laoghaire-Rathdown County Council, Fingal County Council, and Wicklow County Council. Overall, the CBCIW encompasses the delivery of approximately 230km of dedicated bus lanes and 200kms of cycle tracks. The Transport Strategy for the Greater Dublin Area 2022-2042 sets out that subject to obtaining statutory planning approvals, the NTA will deliver the works through 12 Core Bus Corridors as per the Dublin BusConnects programme. Further information about the 12 schemes making up the CBCIW can be found within the procurement documents. In order to deliver the individual schemeโs the NTA is seeking to establish a framework covering all 12 CBCIW schemes in their current form alongside any successors and/or variations. Up to 6 Contractors will be appointed to the framework to facilitate the successful delivery of the CBCIW schemes. This procurement will follow the negotiated procedure with prior call for competition. Up to 8 Candidates may be shortlisted from the Pre-Qualification stage to the Invitation To Negotiate (ITN) stage. The framework value is excluding VAT. Given the long term duration of the framework, as well as the nature of the schemes to be constructed, it is not possible to provide a definitive estimate of the value of the framework. The estimated value stated within this notice represents the NTAโs best estimate at this stage, but the actual value of the framework may be higher or lower depending on the actual volume of services required. It is anticipated that the framework will be in place for a period of four (4) years with the option to extend annually for up to four (4) additional years (4+1+1+1+1) at the sole discretion of the NTA. The estimated framework value encompasses the 12 schemes over the full 8 year duration. At ITN stage, the evaluation will be based on an initial tender which will comprise of technical and commercial responses to be submitted by Tenderers. Tenders will be evaluated to determine the most economically advantageous tenderer(s). The NTA reserves the right to not conduct any negotiation and accept initial tenders as final. The NTA will utilise the New Engineering Contract 4 (NEC4) for call-off contracts.
Show more
Type of contract: Works
Products/services: Construction, foundation and surface works for highways, roads๐ฆ
Estimated value excluding VAT: 2 500 000 000 EUR ๐ฐ
Information about lots
Maximum number of lots that may be awarded to one tenderer: 1
Tenders may be submitted for maximum number of lots: 1
Description
Description of the procurement:
โThe NTA is a statutory non-commercial body, which operates under the aegis of the Department of Transport. Established in 2009, the NTA is responsible for...โ
Description of the procurement
The NTA is a statutory non-commercial body, which operates under the aegis of the Department of Transport. Established in 2009, the NTA is responsible for developing and implementing strategies to provide high quality, accessible, sustainable transport across Ireland. The Core Bus Corridors Infrastructure Works (CBCIW) is an integral part of the BusConnects Dublin which aims to deliver an enhanced bus system that is better for the city, its people, and the environment. The BusConnects Dublin CBCIW involves the development of continuous bus priority infrastructure and improved pedestrian and cycling facilities on key radial core corridors in the Greater Dublin Area, across the local authority jurisdictions of Dublin City Council, South Dublin County Council, Dรบn Laoghaire-Rathdown County Council, Fingal County Council, and Wicklow County Council. Overall, the CBCIW encompasses the delivery of approximately 230km of dedicated bus lanes and 200kms of cycle tracks. The Transport Strategy for the Greater Dublin Area 2022-2042 sets out that subject to obtaining statutory planning approvals, the NTA will deliver the works through 12 Core Bus Corridors as per the Dublin BusConnects programme. Further information about the 12 schemes making up the CBCIW can be found within the procurement documents. In order to deliver the individual schemeโs the NTA is seeking to establish a framework covering all 12 CBCIW schemes in their current form alongside any successors and/or variations. Up to 6 Contractors will be appointed to the framework to facilitate the successful delivery of the CBCIW schemes. This procurement will follow the negotiated procedure with prior call for competition. Up to 8 Candidates may be shortlisted from the Pre-Qualification stage to the Invitation To Negotiate (ITN) stage. The framework value is excluding VAT. Given the long term duration of the framework, as well as the nature of the schemes to be constructed, it is not possible to provide a definitive estimate of the value of the framework. The estimated value stated within this notice represents the NTAโs best estimate at this stage, but the actual value of the framework may be higher or lower depending on the actual volume of services required. It is anticipated that the framework will be in place for a period of four (4) years with the option to extend annually for up to four (4) additional years (4+1+1+1+1) at the sole discretion of the NTA. The estimated framework value encompasses the 12 schemes over the full 8 year duration. At ITN stage, the evaluation will be based on an initial tender which will comprise of technical and commercial responses to be submitted by Tenderers. Tenders will be evaluated to determine the most economically advantageous tenderer(s). The NTA reserves the right to not conduct any negotiation and accept initial tenders as final. The NTA will utilise the New Engineering Contract 4 (NEC4) for call-off contracts.
Procedure Type of procedure
Negotiated procedure with prior call for competition โ Administrative information
Time limit for receipt of tenders or requests to participate: 2024-03-15 12:00:00 ๐
Languages in which tenders or requests to participate may be submitted: English ๐ฃ๏ธ Information about a framework agreement or a dynamic purchasing system
Framework agreement with a single operator โ
Legal, economic, financial and technical information Conditions for participation
Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
โsee procurement documentsโ
Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
โn/aโ Conditions related to the contract
Contract performance conditions:
โSee procurement documentsโ
Complementary information Review body
Name: The High Court of Ireland
National registration number: The High Court of Ireland
Postal address: Four Courts, Inns Quay, Dublin 7
Postal code: D07 WDX8
Postal town: Dublin
Country: Ireland ๐ฎ๐ช
E-mail: highcourtcentraloffice@courts.ie๐ง
Phone: +353 1 8886000๐ Information about electronic workflows
Electronic invoicing will be accepted
Source: OJS 2024/S 024-071683 (2024-01-31)