The National Transport Authority (NTA) intends to appoint a Client Partner with the appropriate capability and capacity to assist the NTA with the management and delivery of the Core Bus Corridors Infrastructure Works (CBCIW) in Dublin. CBCIW will provide approximately 230km of bus priority and approximately 200km of cycle routes. The CBCIW will be split into 12 schemes across the Greater Dublin Area and delivered in a phased approach. CBCIW will be led by the NTA, with the Client Partner providing support and day-to-day direction, leadership and management through scheme planning, development and on-site delivery. The Client Partner will also coordinate, oversee, direct and work collaboratively with delivery partners, including Design and Build Contractors once appointed, to ensure CBCIW is delivered effectively, efficiently and that its benefits are realised. The Client Partner services can be categorised into 7 broad areas: (1) Project Management Office (2) Commercial and Cost Management (3) Design and Technical Services (4) Framework Management, Local Authority Liaison and Technical Services (ITS) (5) Land, Property and Planning (6) Scheme Delivery and Integration (7) Strategic Communications and Stakeholder Relations. Further detail in relation to each area is contained within the procurement documents. The NTA will not be responsible for any costs, charges or expenses incurred by Candidates or Tenderers relating to this competition, irrespective of the outcome, or if the competition is cancelled or postponed. All costs incurred by interested parties in participating in this competition must be borne by them. The NTA may terminate this competition (or part of it), change the competition's basis or procedures, procure the contract by other means, negotiate with one or more parties at any time, or to do any combination of the foregoing or anything else deemed appropriate. In no instance will the NTA be required to give any reason for any alteration or termination of the process. The most economically advantageous or any tender will not automatically be accepted. The summaries given within this document, or in other information given to Candidates, must not be taken as comprehensive, or as a substitute for reading the procurement documents themselves. Given the long-term duration of the contract, as well as the nature of the services to be provided (which depend on the delivery programme for the underlying Schemes), it is not possible to provide a definitive estimate of the value of the contract. The estimated value stated within this notice represents the NTA’s best estimate at this stage, but the actual value of the contract may be higher or lower depending on the actual volume of services required. The duration of the contract will align with the delivery programme for CBCIW and extend two (2) years beyond completion of the final scheme. The duration of the contract is currently estimated to be approximately ten (10) years; however, this may be amended at the sole discretion of the NTA to align with any revised delivery programme for CBCIW. Refer to the procurement documents for further information The NTA intends to shortlist up to five candidates following the Selection Stage, subject to the application of the tie-break criteria outlined in the procurement documents.
Deadline
The time limit for receipt of tenders was 2024-02-23.
The procurement was published on 2024-01-19.
Contract notice (2024-01-19) Object Scope of the procurement
Title: BusConnects Dublin Core Bus Corridors Infrastructure Works, Client Partner Services
Short description:
“The National Transport Authority (NTA) intends to appoint a Client Partner with the appropriate capability and capacity to assist the NTA with the...”
Short description
The National Transport Authority (NTA) intends to appoint a Client Partner with the appropriate capability and capacity to assist the NTA with the management and delivery of the Core Bus Corridors Infrastructure Works (CBCIW) in Dublin. CBCIW will provide approximately 230km of bus priority and approximately 200km of cycle routes. The CBCIW will be split into 12 schemes across the Greater Dublin Area and delivered in a phased approach. CBCIW will be led by the NTA, with the Client Partner providing support and day-to-day direction, leadership and management through scheme planning, development and on-site delivery. The Client Partner will also coordinate, oversee, direct and work collaboratively with delivery partners, including Design and Build Contractors once appointed, to ensure CBCIW is delivered effectively, efficiently and that its benefits are realised. The Client Partner services can be categorised into 7 broad areas: (1) Project Management Office (2) Commercial and Cost Management (3) Design and Technical Services (4) Framework Management, Local Authority Liaison and Technical Services (ITS) (5) Land, Property and Planning (6) Scheme Delivery and Integration (7) Strategic Communications and Stakeholder Relations. Further detail in relation to each area is contained within the procurement documents.
The NTA will not be responsible for any costs, charges or expenses incurred by Candidates or Tenderers relating to this competition, irrespective of the outcome, or if the competition is cancelled or postponed. All costs incurred by interested parties in participating in this competition must be borne by them.
The NTA may terminate this competition (or part of it), change the competition's basis or procedures, procure the contract by other means, negotiate with one or more parties at any time, or to do any combination of the foregoing or anything else deemed appropriate. In no instance will the NTA be required to give any reason for any alteration or termination of the process. The most economically advantageous or any tender will not automatically be accepted.
The summaries given within this document, or in other information given to Candidates, must not be taken as comprehensive, or as a substitute for reading the procurement documents themselves.
Given the long-term duration of the contract, as well as the nature of the services to be provided (which depend on the delivery programme for the underlying Schemes), it is not possible to provide a definitive estimate of the value of the contract. The estimated value stated within this notice represents the NTA’s best estimate at this stage, but the actual value of the contract may be higher or lower depending on the actual volume of services required.
The duration of the contract will align with the delivery programme for CBCIW and extend two (2) years beyond completion of the final scheme. The duration of the contract is currently estimated to be approximately ten (10) years; however, this may be amended at the sole discretion of the NTA to align with any revised delivery programme for CBCIW.
Refer to the procurement documents for further information
The NTA intends to shortlist up to five candidates following the Selection Stage, subject to the application of the tie-break criteria outlined in the procurement documents.
Show more
Type of contract: Services
Products/services: Construction-related services📦
Estimated value excluding VAT: 350 000 000 EUR 💰
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:
“The National Transport Authority (NTA) intends to appoint a Client Partner with the appropriate capability and capacity to assist the NTA with the...”
Description of the procurement
The National Transport Authority (NTA) intends to appoint a Client Partner with the appropriate capability and capacity to assist the NTA with the management and delivery of the Core Bus Corridors Infrastructure Works (CBCIW) in Dublin. CBCIW will provide approximately 230km of bus priority and approximately 200km of cycle routes. The CBCIW will be split into 12 schemes across the Greater Dublin Area and delivered in a phased approach. CBCIW will be led by the NTA, with the Client Partner providing support and day-to-day direction, leadership and management through scheme planning, development and on-site delivery. The Client Partner will also coordinate, oversee, direct and work collaboratively with delivery partners, including Design and Build Contractors once appointed, to ensure CBCIW is delivered effectively, efficiently and that its benefits are realised. The Client Partner services can be categorised into 7 broad areas: (1) Project Management Office (2) Commercial and Cost Management (3) Design and Technical Services (4) Framework Management, Local Authority Liaison and Technical Services (ITS) (5) Land, Property and Planning (6) Scheme Delivery and Integration (7) Strategic Communications and Stakeholder Relations. Further detail in relation to each area is contained within the procurement documents.
The NTA will not be responsible for any costs, charges or expenses incurred by Candidates or Tenderers relating to this competition, irrespective of the outcome, or if the competition is cancelled or postponed. All costs incurred by interested parties in participating in this competition must be borne by them.
The NTA may terminate this competition (or part of it), change the competition's basis or procedures, procure the contract by other means, negotiate with one or more parties at any time, or to do any combination of the foregoing or anything else deemed appropriate. In no instance will the NTA be required to give any reason for any alteration or termination of the process. The most economically advantageous or any tender will not automatically be accepted.
The summaries given within this document, or in other information given to Candidates, must not be taken as comprehensive, or as a substitute for reading the procurement documents themselves.
Given the long-term duration of the contract, as well as the nature of the services to be provided (which depend on the delivery programme for the underlying Schemes), it is not possible to provide a definitive estimate of the value of the contract. The estimated value stated within this notice represents the NTA’s best estimate at this stage, but the actual value of the contract may be higher or lower depending on the actual volume of services required.
The duration of the contract will align with the delivery programme for CBCIW and extend two (2) years beyond completion of the final scheme. The duration of the contract is currently estimated to be approximately ten (10) years; however, this may be amended at the sole discretion of the NTA to align with any revised delivery programme for CBCIW.
Refer to the procurement documents for further information.
The NTA intends to shortlist up to five candidates following the Selection Stage, subject to the application of the tie-break criteria outlined in the procurement documents.
The duration of the contract will align with the delivery programme for CBCIW and extend two (2) years beyond completion of the final scheme. The duration of the CP contract is currently estimated to be approximately ten (10) years; however, this may be amended at the sole discretion of the NTA to align with any revised delivery programme for CBCIW.
Show more Title
Lot Identification Number: LOT-0001
Procedure Type of procedure
Negotiated procedure with prior call for competition ✅ Administrative information
Time limit for receipt of tenders or requests to participate: 2024-02-23 12:00:00 📅
Conditions for opening of tenders (place): https://www.etenders.gov.ie/epps/cft/prepareViewCfTWS.do?resourceId=2965723
Languages in which tenders or requests to participate may be submitted: English 🗣️
Minimum time frame during which the tenderer must maintain the tender: 180
Information about reduction of the number of solutions or tenders during negotiation or dialogue
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated ✅
Legal, economic, financial and technical information Economic and financial standing
List and brief description of selection criteria:
“See procurement documents” Technical and professional ability
List and brief description of selection criteria:
“See procurement documents” Conditions for participation
Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
“As per PQQ documents”
Deposits and guarantees required:
“See procurement documents”
Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
“As per PQQ documents” Conditions related to the contract
Contract performance conditions:
“As per tender documents”
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 🇮🇪
E-mail: highcourtcentraloffice@courts.ie📧
Phone: +353 1 8886000📞 Information about electronic workflows
Electronic invoicing will be accepted
Source: OJS 2024/S 016-046039 (2024-01-19)