Расширенный поиск
Поиск по тендерам РФ Иностранные закупки Поставщики Реализация собственности Заказчики Еще
Главная Иностранные тендеры и госзакупки Тендеры Ирландии


Transport services (excl. Waste transport) (Ирландия - Тендер #45753588)


Поделиться

Для перевода текста тендера на нужный язык воспользуйтесь приложением:


Страна: Ирландия (другие тендеры и закупки Ирландия)
Организатор тендера: National Transport Authority_1149
Номер конкурса: 45753588
Дата публикации: 04-09-2023
Сумма контракта: 2 042 384 152 (Российский рубль) Цена оригинальная: 34 600 000 (Евро)
Источник тендера:


Продвигайте Вашу продукцию на мировые рынки
Доступ к полной информации по данной закупке закрыт.
Зарегистрируйтесь для получения бесплатных рассылок по новым тендерам и просмотра дополнительной информации.

.
Регистрация
2023083020231004 12:00National or federal Agency/OfficeContract noticeServicesRestricted procedureEuropean Union, with participation by GPA countriesSubmission for all lotsThe most economic tenderOther01C0201
  1. Section I
    1. Name and addresses
      National Transport Authority_1149
      Dun Sceine Iveagh Court Harcourt Lane Dublin 2
      Dublin
      D02 WT20
      Ireland
      E-mail: procurement@nationaltransport.ie
    2. Joint procurement
    3. Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at
      https://www.etenders.gov.ie/
      Additional information can be obtained from the abovementioned addresselectronically via: https://www.etenders.gov.ie/

    4. Type of the contracting authority:
      National or federal agency/office
    5. Main activity:
      Other activity: Transport
  2. Section II
    1. Scope of the procurement:
      1. Title:

        Provision of Transport Coordination Unit Services

      2. Main CPV code:
        60000000
      3. Type of contract:
        Services
      4. Short description:

        Full details of the Services to be provided under the proposed Contract will be set out in the tender documents to be released at ITT stage. However, some of the key Services are set out below. Tenderers are directed to review the draft Contract including all schedules in full. Services will include: • Managing on behalf of the NTA, the delivery of rural transport services in the TCU Area with a specific focus on responding to rural isolation and enhancing the mobility, accessibility and community participation of local people, particularly those at risk of social exclusion; • Managing the operation of public transport services as required by the NTA, including (without limitation) any combination of regular route services and/or demand responsive services; • The development, co-ordination, management and implementation of community and local transport in the TCU area assisting the NTA in identifying, planning and reviewing local transport needs; • Assisting the NTA in the on-going identification, planning, procurement and review of local transport needs in the TCU Area; • Providing a dispatch and booking facility in relation to rural transport services; • Financial and governance responsibilities in relation to rural transport services; • Managing the delivery of integrated public transport services, including working closely with local authorities and stakeholders; • monitoring the level and quality of service provided by transport operators; and • customer engagement and marketing.

      5. Estimated total value:
        Value excluding VAT: 34 600 000.00 EUR
      6. Information about lots:
        all lots
    2. Description
      1. Title:

        Carlow - Kilkenny - Wicklow

        Lot No: 1
      2. Additional CPV code(s):
        79994000, 63516000, 60000000, 63712000, 63000000, 60100000, 75200000
      3. Place of performance:
      4. Description of the procurement:

        Full details of the Services to be provided under the proposed Contract will be set out in the tender documents to be released at ITT stage. However, some of the key Services are set out below. Tenderers are directed to review the draft Contract including all schedules in full. Services will include: • Managing on behalf of the NTA, the delivery of rural transport services in the TCU Area with a specific focus on responding to rural isolation and enhancing the mobility, accessibility and community participation of local people, particularly those at risk of social exclusion; • Managing the operation of public transport services as required by the NTA, including (without limitation) any combination of regular route services and/or demand responsive services; • The development, co-ordination, management and implementation of community and local transport in the TCU area assisting the NTA in identifying, planning and reviewing local transport needs; • Assisting the NTA in the on-going identification, planning, procurement and review of local transport needs in the TCU Area; • Providing a dispatch and booking facility in relation to rural transport services; • Financial and governance responsibilities in relation to rural transport services; • Managing the delivery of integrated public transport services, including working closely with local authorities and stakeholders; • monitoring the level and quality of service provided by transport operators; and • customer engagement and marketing.

      5. Award criteria:
        Price is not the only award criterion and all criteria are stated only in the procurement documents
      6. Estimated value:
        Value excluding VAT: 34 600 000.00 EUR
      7. Duration of the contract, framework agreement or dynamic purchasing system:
        Duration in months: 36
        This contract is subject to renewal: yes
        Description of renewals:

        Two one-year renewal options available

      8. Information about the limits on the number of candidates to be invited:
      9. Information about variants:
        Variants will be accepted: no
      10. Information about options:
        Options: no
      11. Information about electronic catalogues:

      12. Information about European Union funds:
        The procurement is related to a project and/or programme financed by European Union funds: no
      13. 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.

      14. Title:

        Cavan - Monaghan

        Lot No: 2
      15. Additional CPV code(s):
        79994000, 63516000, 60000000, 63712000, 63000000, 60100000
      16. Place of performance:
      17. Description of the procurement:

        Full details of the Services to be provided under the proposed Contract will be set out in the tender documents to be released at ITT stage. However, some of the key Services are set out below. Tenderers are directed to review the draft Contract including all schedules in full. Services will include: • Managing on behalf of the NTA, the delivery of rural transport services in the TCU Area with a specific focus on responding to rural isolation and enhancing the mobility, accessibility and community participation of local people, particularly those at risk of social exclusion; • Managing the operation of public transport services as required by the NTA, including (without limitation) any combination of regular route services and/or demand responsive services; • The development, co-ordination, management and implementation of community and local transport in the TCU area assisting the NTA in identifying, planning and reviewing local transport needs; • Assisting the NTA in the on-going identification, planning, procurement and review of local transport needs in the TCU Area; • Providing a dispatch and booking facility in relation to rural transport services; • Financial and governance responsibilities in relation to rural transport services; • Managing the delivery of integrated public transport services, including working closely with local authorities and stakeholders; • monitoring the level and quality of service provided by transport operators; and • customer engagement and marketing.

      18. Award criteria:
        Price is not the only award criterion and all criteria are stated only in the procurement documents
      19. Estimated value:
        Value excluding VAT: 34 600 000.00 EUR
      20. Duration of the contract, framework agreement or dynamic purchasing system:
        Duration in months: 36
        This contract is subject to renewal: yes
        Description of renewals:

        Two one-year renewal options available

      21. Information about the limits on the number of candidates to be invited:
      22. Information about variants:
        Variants will be accepted: no
      23. Information about options:
        Options: no
      24. Information about electronic catalogues:

      25. Information about European Union funds:
        The procurement is related to a project and/or programme financed by European Union funds: no
      26. 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.

      27. Title:

        Cork

        Lot No: 3
      28. Additional CPV code(s):
        79994000, 63516000, 60000000, 63712000, 63000000, 60100000, 75200000
      29. Place of performance:
      30. Description of the procurement:

        Full details of the Services to be provided under the proposed Contract will be set out in the tender documents to be released at ITT stage. However, some of the key Services are set out below. Tenderers are directed to review the draft Contract including all schedules in full. Services will include: • Managing on behalf of the NTA, the delivery of rural transport services in the TCU Area with a specific focus on responding to rural isolation and enhancing the mobility, accessibility and community participation of local people, particularly those at risk of social exclusion; • Managing the operation of public transport services as required by the NTA, including (without limitation) any combination of regular route services and/or demand responsive services; • The development, co-ordination, management and implementation of community and local transport in the TCU area assisting the NTA in identifying, planning and reviewing local transport needs; • Assisting the NTA in the on-going identification, planning, procurement and review of local transport needs in the TCU Area; • Providing a dispatch and booking facility in relation to rural transport services; • Financial and governance responsibilities in relation to rural transport services; • Managing the delivery of integrated public transport services, including working closely with local authorities and stakeholders; • monitoring the level and quality of service provided by transport operators; and • customer engagement and marketing.

      31. Award criteria:
        Price is not the only award criterion and all criteria are stated only in the procurement documents
      32. Estimated value:
        Value excluding VAT: 34 600 000.00 EUR
      33. Duration of the contract, framework agreement or dynamic purchasing system:
        Duration in months: 36
        This contract is subject to renewal: yes
        Description of renewals:

        Two one-year renewal options available

      34. Information about the limits on the number of candidates to be invited:
      35. Information about variants:
        Variants will be accepted: no
      36. Information about options:
        Options: no
      37. Information about electronic catalogues:

      38. Information about European Union funds:
        The procurement is related to a project and/or programme financed by European Union funds: no
      39. 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.

      40. Title:

        Donegal - Sligo - Leitrim

        Lot No: 4
      41. Additional CPV code(s):
        75200000, 79994000, 63516000, 60000000, 63712000, 63000000, 60100000
      42. Place of performance:
      43. Description of the procurement:

        Full details of the Services to be provided under the proposed Contract will be set out in the tender documents to be released at ITT stage. However, some of the key Services are set out below. Tenderers are directed to review the draft Contract including all schedules in full. Services will include: • Managing on behalf of the NTA, the delivery of rural transport services in the TCU Area with a specific focus on responding to rural isolation and enhancing the mobility, accessibility and community participation of local people, particularly those at risk of social exclusion; • Managing the operation of public transport services as required by the NTA, including (without limitation) any combination of regular route services and/or demand responsive services; • The development, co-ordination, management and implementation of community and local transport in the TCU area assisting the NTA in identifying, planning and reviewing local transport needs; • Assisting the NTA in the on-going identification, planning, procurement and review of local transport needs in the TCU Area; • Providing a dispatch and booking facility in relation to rural transport services; • Financial and governance responsibilities in relation to rural transport services; • Managing the delivery of integrated public transport services, including working closely with local authorities and stakeholders; • monitoring the level and quality of service provided by transport operators; and • customer engagement and marketing.

      44. Award criteria:
        Price is not the only award criterion and all criteria are stated only in the procurement documents
      45. Estimated value:
        Value excluding VAT: 34 600 000.00 EUR
      46. Duration of the contract, framework agreement or dynamic purchasing system:
        Duration in months: 36
        This contract is subject to renewal: yes
        Description of renewals:

        Two one-year renewal options available

      47. Information about the limits on the number of candidates to be invited:
      48. Information about variants:
        Variants will be accepted: no
      49. Information about options:
        Options: no
      50. Information about electronic catalogues:

      51. Information about European Union funds:
        The procurement is related to a project and/or programme financed by European Union funds: no
      52. 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.

      53. Title:

        Galway

        Lot No: 5
      54. Additional CPV code(s):
        79994000, 63516000, 60000000, 63712000, 63000000, 60100000, 75200000
      55. Place of performance:
      56. Description of the procurement:

        Full details of the Services to be provided under the proposed Contract will be set out in the tender documents to be released at ITT stage. However, some of the key Services are set out below. Tenderers are directed to review the draft Contract including all schedules in full. Services will include: • Managing on behalf of the NTA, the delivery of rural transport services in the TCU Area with a specific focus on responding to rural isolation and enhancing the mobility, accessibility and community participation of local people, particularly those at risk of social exclusion; • Managing the operation of public transport services as required by the NTA, including (without limitation) any combination of regular route services and/or demand responsive services; • The development, co-ordination, management and implementation of community and local transport in the TCU area assisting the NTA in identifying, planning and reviewing local transport needs; • Assisting the NTA in the on-going identification, planning, procurement and review of local transport needs in the TCU Area; • Providing a dispatch and booking facility in relation to rural transport services; • Financial and governance responsibilities in relation to rural transport services; • Managing the delivery of integrated public transport services, including working closely with local authorities and stakeholders; • monitoring the level and quality of service provided by transport operators; and • customer engagement and marketing.

      57. Award criteria:
        Price is not the only award criterion and all criteria are stated only in the procurement documents
      58. Estimated value:
        Value excluding VAT: 34 600 000.00 EUR
      59. Duration of the contract, framework agreement or dynamic purchasing system:
        Duration in months: 36
        This contract is subject to renewal: yes
        Description of renewals:

        Two one-year renewal options available

      60. Information about the limits on the number of candidates to be invited:
      61. Information about variants:
        Variants will be accepted: no
      62. Information about options:
        Options: no
      63. Information about electronic catalogues:

      64. Information about European Union funds:
        The procurement is related to a project and/or programme financed by European Union funds: no
      65. 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.

      66. Title:

        Kerry

        Lot No: 6
      67. Additional CPV code(s):
        79994000, 63516000, 60000000, 63712000, 63000000, 60100000, 75200000
      68. Place of performance:
      69. Description of the procurement:

        Full details of the Services to be provided under the proposed Contract will be set out in the tender documents to be released at ITT stage. However, some of the key Services are set out below. Tenderers are directed to review the draft Contract including all schedules in full. Services will include: • Managing on behalf of the NTA, the delivery of rural transport services in the TCU Area with a specific focus on responding to rural isolation and enhancing the mobility, accessibility and community participation of local people, particularly those at risk of social exclusion; • Managing the operation of public transport services as required by the NTA, including (without limitation) any combination of regular route services and/or demand responsive services; • The development, co-ordination, management and implementation of community and local transport in the TCU area assisting the NTA in identifying, planning and reviewing local transport needs; • Assisting the NTA in the on-going identification, planning, procurement and review of local transport needs in the TCU Area; • Providing a dispatch and booking facility in relation to rural transport services; • Financial and governance responsibilities in relation to rural transport services; • Managing the delivery of integrated public transport services, including working closely with local authorities and stakeholders; • monitoring the level and quality of service provided by transport operators; and • customer engagement and marketing.

      70. Award criteria:
        Price is not the only award criterion and all criteria are stated only in the procurement documents
      71. Estimated value:
        Value excluding VAT: 34 600 000.00 EUR
      72. Duration of the contract, framework agreement or dynamic purchasing system:
        Duration in months: 36
        This contract is subject to renewal: yes
        Description of renewals:

        Two one-year renewal options available

      73. Information about the limits on the number of candidates to be invited:
      74. Information about variants:
        Variants will be accepted: no
      75. Information about options:
        Options: no
      76. Information about electronic catalogues:

      77. Information about European Union funds:
        The procurement is related to a project and/or programme financed by European Union funds: no
      78. 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.

      79. Title:

        Kildare - South Dublin

        Lot No: 7
      80. Additional CPV code(s):
        79994000, 63516000, 60000000, 63712000, 63000000, 60100000, 75200000
      81. Place of performance:
      82. Description of the procurement:

        Full details of the Services to be provided under the proposed Contract will be set out in the tender documents to be released at ITT stage. However, some of the key Services are set out below. Tenderers are directed to review the draft Contract including all schedules in full. Services will include: • Managing on behalf of the NTA, the delivery of rural transport services in the TCU Area with a specific focus on responding to rural isolation and enhancing the mobility, accessibility and community participation of local people, particularly those at risk of social exclusion; • Managing the operation of public transport services as required by the NTA, including (without limitation) any combination of regular route services and/or demand responsive services; • The development, co-ordination, management and implementation of community and local transport in the TCU area assisting the NTA in identifying, planning and reviewing local transport needs; • Assisting the NTA in the on-going identification, planning, procurement and review of local transport needs in the TCU Area; • Providing a dispatch and booking facility in relation to rural transport services; • Financial and governance responsibilities in relation to rural transport services; • Managing the delivery of integrated public transport services, including working closely with local authorities and stakeholders; • monitoring the level and quality of service provided by transport operators; and • customer engagement and marketing.

      83. Award criteria:
        Price is not the only award criterion and all criteria are stated only in the procurement documents
      84. Estimated value:
        Value excluding VAT: 34 600 000.00 EUR
      85. Duration of the contract, framework agreement or dynamic purchasing system:
        Duration in months: 36
        This contract is subject to renewal: yes
        Description of renewals:

        Two one-year renewal options available

      86. Information about the limits on the number of candidates to be invited:
      87. Information about variants:
        Variants will be accepted: no
      88. Information about options:
        Options: no
      89. Information about electronic catalogues:

      90. Information about European Union funds:
        The procurement is related to a project and/or programme financed by European Union funds: no
      91. 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.

      92. Title:

        Laois - Offaly

        Lot No: 8
      93. Additional CPV code(s):
        79994000, 63516000, 60000000, 63712000, 63000000, 60100000, 75200000
      94. Place of performance:
      95. Description of the procurement:

        Full details of the Services to be provided under the proposed Contract will be set out in the tender documents to be released at ITT stage. However, some of the key Services are set out below. Tenderers are directed to review the draft Contract including all schedules in full. Services will include: • Managing on behalf of the NTA, the delivery of rural transport services in the TCU Area with a specific focus on responding to rural isolation and enhancing the mobility, accessibility and community participation of local people, particularly those at risk of social exclusion; • Managing the operation of public transport services as required by the NTA, including (without limitation) any combination of regular route services and/or demand responsive services; • The development, co-ordination, management and implementation of community and local transport in the TCU area assisting the NTA in identifying, planning and reviewing local transport needs; • Assisting the NTA in the on-going identification, planning, procurement and review of local transport needs in the TCU Area; • Providing a dispatch and booking facility in relation to rural transport services; • Financial and governance responsibilities in relation to rural transport services; • Managing the delivery of integrated public transport services, including working closely with local authorities and stakeholders; • monitoring the level and quality of service provided by transport operators; and • customer engagement and marketing.

      96. Award criteria:
        Price is not the only award criterion and all criteria are stated only in the procurement documents
      97. Estimated value:
        Value excluding VAT: 34 600 000.00 EUR
      98. Duration of the contract, framework agreement or dynamic purchasing system:
        Duration in months: 36
        This contract is subject to renewal: yes
        Description of renewals:

        Two one-year renewal options available

      99. Information about the limits on the number of candidates to be invited:
      100. Information about variants:
        Variants will be accepted: no
      101. Information about options:
        Options: no
      102. Information about electronic catalogues:

      103. Information about European Union funds:
        The procurement is related to a project and/or programme financed by European Union funds: no
      104. 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.

      105. Title:

        Limerick - Clare

        Lot No: 9
      106. Additional CPV code(s):
        79994000, 63516000, 60000000, 63712000, 63000000, 60100000, 75200000
      107. Place of performance:
      108. Description of the procurement:

        Full details of the Services to be provided under the proposed Contract will be set out in the tender documents to be released at ITT stage. However, some of the key Services are set out below. Tenderers are directed to review the draft Contract including all schedules in full. Services will include: • Managing on behalf of the NTA, the delivery of rural transport services in the TCU Area with a specific focus on responding to rural isolation and enhancing the mobility, accessibility and community participation of local people, particularly those at risk of social exclusion; • Managing the operation of public transport services as required by the NTA, including (without limitation) any combination of regular route services and/or demand responsive services; • The development, co-ordination, management and implementation of community and local transport in the TCU area assisting the NTA in identifying, planning and reviewing local transport needs; • Assisting the NTA in the on-going identification, planning, procurement and review of local transport needs in the TCU Area; • Providing a dispatch and booking facility in relation to rural transport services; • Financial and governance responsibilities in relation to rural transport services; • Managing the delivery of integrated public transport services, including working closely with local authorities and stakeholders; • monitoring the level and quality of service provided by transport operators; and • customer engagement and marketing.

      109. Award criteria:
        Price is not the only award criterion and all criteria are stated only in the procurement documents
      110. Estimated value:
        Value excluding VAT: 34 600 000.00 EUR
      111. Duration of the contract, framework agreement or dynamic purchasing system:
        Duration in months: 36
        This contract is subject to renewal: yes
        Description of renewals:

        Two one-year renewal options available

      112. Information about the limits on the number of candidates to be invited:
      113. Information about variants:
        Variants will be accepted: no
      114. Information about options:
        Options: no
      115. Information about electronic catalogues:

      116. Information about European Union funds:
        The procurement is related to a project and/or programme financed by European Union funds: no
      117. 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.

      118. Title:

        Longford - Westmeath - Roscommon

        Lot No: 10
      119. Additional CPV code(s):
        79994000, 63516000, 60000000, 63712000, 63000000, 60100000, 75200000
      120. Place of performance:
      121. Description of the procurement:

        Full details of the Services to be provided under the proposed Contract will be set out in the tender documents to be released at ITT stage. However, some of the key Services are set out below. Tenderers are directed to review the draft Contract including all schedules in full. Services will include: • Managing on behalf of the NTA, the delivery of rural transport services in the TCU Area with a specific focus on responding to rural isolation and enhancing the mobility, accessibility and community participation of local people, particularly those at risk of social exclusion; • Managing the operation of public transport services as required by the NTA, including (without limitation) any combination of regular route services and/or demand responsive services; • The development, co-ordination, management and implementation of community and local transport in the TCU area assisting the NTA in identifying, planning and reviewing local transport needs; • Assisting the NTA in the on-going identification, planning, procurement and review of local transport needs in the TCU Area; • Providing a dispatch and booking facility in relation to rural transport services; • Financial and governance responsibilities in relation to rural transport services; • Managing the delivery of integrated public transport services, including working closely with local authorities and stakeholders; • monitoring the level and quality of service provided by transport operators; and • customer engagement and marketing.

      122. Award criteria:
        Price is not the only award criterion and all criteria are stated only in the procurement documents
      123. Estimated value:
        Value excluding VAT: 34 600 000.00 EUR
      124. Duration of the contract, framework agreement or dynamic purchasing system:
        Duration in months: 36
        This contract is subject to renewal: yes
        Description of renewals:

        Two one-year renewal options available

      125. Information about the limits on the number of candidates to be invited:
      126. Information about variants:
        Variants will be accepted: no
      127. Information about options:
        Options: no
      128. Information about electronic catalogues:

      129. Information about European Union funds:
        The procurement is related to a project and/or programme financed by European Union funds: no
      130. 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.

      131. Title:

        Louth - Meath - Fingal

        Lot No: 11
      132. Additional CPV code(s):
        79994000, 63516000, 60000000, 63712000, 63000000, 60100000, 75200000
      133. Place of performance:
      134. Description of the procurement:

        Full details of the Services to be provided under the proposed Contract will be set out in the tender documents to be released at ITT stage. However, some of the key Services are set out below. Tenderers are directed to review the draft Contract including all schedules in full. Services will include: • Managing on behalf of the NTA, the delivery of rural transport services in the TCU Area with a specific focus on responding to rural isolation and enhancing the mobility, accessibility and community participation of local people, particularly those at risk of social exclusion; • Managing the operation of public transport services as required by the NTA, including (without limitation) any combination of regular route services and/or demand responsive services; • The development, co-ordination, management and implementation of community and local transport in the TCU area assisting the NTA in identifying, planning and reviewing local transport needs; • Assisting the NTA in the on-going identification, planning, procurement and review of local transport needs in the TCU Area; • Providing a dispatch and booking facility in relation to rural transport services; • Financial and governance responsibilities in relation to rural transport services; • Managing the delivery of integrated public transport services, including working closely with local authorities and stakeholders; • monitoring the level and quality of service provided by transport operators; and • customer engagement and marketing.

      135. Award criteria:
        Price is not the only award criterion and all criteria are stated only in the procurement documents
      136. Estimated value:
        Value excluding VAT: 34 600 000.00 EUR
      137. Duration of the contract, framework agreement or dynamic purchasing system:
        Duration in months: 36
        This contract is subject to renewal: yes
        Description of renewals:

        Two one-year renewal options available

      138. Information about the limits on the number of candidates to be invited:
      139. Information about variants:
        Variants will be accepted: no
      140. Information about options:
        Options: no
      141. Information about electronic catalogues:

      142. Information about European Union funds:
        The procurement is related to a project and/or programme financed by European Union funds: no
      143. 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.

      144. Title:

        Mayo

        Lot No: 12
      145. Additional CPV code(s):
        79994000, 63516000, 60000000, 63712000, 63000000, 60100000, 75200000
      146. Place of performance:
      147. Description of the procurement:

        Full details of the Services to be provided under the proposed Contract will be set out in the tender documents to be released at ITT stage. However, some of the key Services are set out below. Tenderers are directed to review the draft Contract including all schedules in full. Services will include: • Managing on behalf of the NTA, the delivery of rural transport services in the TCU Area with a specific focus on responding to rural isolation and enhancing the mobility, accessibility and community participation of local people, particularly those at risk of social exclusion; • Managing the operation of public transport services as required by the NTA, including (without limitation) any combination of regular route services and/or demand responsive services; • The development, co-ordination, management and implementation of community and local transport in the TCU area assisting the NTA in identifying, planning and reviewing local transport needs; • Assisting the NTA in the on-going identification, planning, procurement and review of local transport needs in the TCU Area; • Providing a dispatch and booking facility in relation to rural transport services; • Financial and governance responsibilities in relation to rural transport services; • Managing the delivery of integrated public transport services, including working closely with local authorities and stakeholders; • monitoring the level and quality of service provided by transport operators; and • customer engagement and marketing.

      148. Award criteria:
        Price is not the only award criterion and all criteria are stated only in the procurement documents
      149. Estimated value:
        Value excluding VAT: 34 600 000.00 EUR
      150. Duration of the contract, framework agreement or dynamic purchasing system:
        Duration in months: 36
        This contract is subject to renewal: yes
        Description of renewals:

        Two one-year renewal options available

      151. Information about the limits on the number of candidates to be invited:
      152. Information about variants:
        Variants will be accepted: no
      153. Information about options:
        Options: no
      154. Information about electronic catalogues:

      155. Information about European Union funds:
        The procurement is related to a project and/or programme financed by European Union funds: no
      156. 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.

      157. Title:

        Tipperary

        Lot No: 13
      158. Additional CPV code(s):
        79994000, 63516000, 60000000, 63712000, 63000000, 60100000, 75200000
      159. Place of performance:
      160. Description of the procurement:

        Full details of the Services to be provided under the proposed Contract will be set out in the tender documents to be released at ITT stage. However, some of the key Services are set out below. Tenderers are directed to review the draft Contract including all schedules in full. Services will include: • Managing on behalf of the NTA, the delivery of rural transport services in the TCU Area with a specific focus on responding to rural isolation and enhancing the mobility, accessibility and community participation of local people, particularly those at risk of social exclusion; • Managing the operation of public transport services as required by the NTA, including (without limitation) any combination of regular route services and/or demand responsive services; • The development, co-ordination, management and implementation of community and local transport in the TCU area assisting the NTA in identifying, planning and reviewing local transport needs; • Assisting the NTA in the on-going identification, planning, procurement and review of local transport needs in the TCU Area; • Providing a dispatch and booking facility in relation to rural transport services; • Financial and governance responsibilities in relation to rural transport services; • Managing the delivery of integrated public transport services, including working closely with local authorities and stakeholders; • monitoring the level and quality of service provided by transport operators; and • customer engagement and marketing.

      161. Award criteria:
        Price is not the only award criterion and all criteria are stated only in the procurement documents
      162. Estimated value:
        Value excluding VAT: 34 600 000.00 EUR
      163. Duration of the contract, framework agreement or dynamic purchasing system:
        Duration in months: 36
        This contract is subject to renewal: yes
        Description of renewals:

        Two one-year renewal options

      164. Information about the limits on the number of candidates to be invited:
      165. Information about variants:
        Variants will be accepted: no
      166. Information about options:
        Options: no
      167. Information about electronic catalogues:

      168. Information about European Union funds:
        The procurement is related to a project and/or programme financed by European Union funds: no
      169. 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.

      170. Title:

        Waterford

        Lot No: 14
      171. Additional CPV code(s):
        79994000, 63516000, 60000000, 63712000, 63000000, 60100000, 75200000
      172. Place of performance:
      173. Description of the procurement:

        Full details of the Services to be provided under the proposed Contract will be set out in the tender documents to be released at ITT stage. However, some of the key Services are set out below. Tenderers are directed to review the draft Contract including all schedules in full. Services will include: • Managing on behalf of the NTA, the delivery of rural transport services in the TCU Area with a specific focus on responding to rural isolation and enhancing the mobility, accessibility and community participation of local people, particularly those at risk of social exclusion; • Managing the operation of public transport services as required by the NTA, including (without limitation) any combination of regular route services and/or demand responsive services; • The development, co-ordination, management and implementation of community and local transport in the TCU area assisting the NTA in identifying, planning and reviewing local transport needs; • Assisting the NTA in the on-going identification, planning, procurement and review of local transport needs in the TCU Area; • Providing a dispatch and booking facility in relation to rural transport services; • Financial and governance responsibilities in relation to rural transport services; • Managing the delivery of integrated public transport services, including working closely with local authorities and stakeholders; • monitoring the level and quality of service provided by transport operators; and • customer engagement and marketing.

      174. Award criteria:
        Price is not the only award criterion and all criteria are stated only in the procurement documents
      175. Estimated value:
        Value excluding VAT: 34 600 000.00 EUR
      176. Duration of the contract, framework agreement or dynamic purchasing system:
        Duration in months: 36
        This contract is subject to renewal: yes
        Description of renewals:

        Two one-year renewal options available

      177. Information about the limits on the number of candidates to be invited:
      178. Information about variants:
        Variants will be accepted: no
      179. Information about options:
        Options: no
      180. Information about electronic catalogues:

      181. Information about European Union funds:
        The procurement is related to a project and/or programme financed by European Union funds: no
      182. 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.

      183. Title:

        Wexford

        Lot No: 15
      184. Additional CPV code(s):
        79994000, 63516000, 60000000, 63712000, 63000000, 60100000, 75200000
      185. Place of performance:
      186. Description of the procurement:

        Full details of the Services to be provided under the proposed Contract will be set out in the tender documents to be released at ITT stage. However, some of the key Services are set out below. Tenderers are directed to review the draft Contract including all schedules in full. Services will include: • Managing on behalf of the NTA, the delivery of rural transport services in the TCU Area with a specific focus on responding to rural isolation and enhancing the mobility, accessibility and community participation of local people, particularly those at risk of social exclusion; • Managing the operation of public transport services as required by the NTA, including (without limitation) any combination of regular route services and/or demand responsive services; • The development, co-ordination, management and implementation of community and local transport in the TCU area assisting the NTA in identifying, planning and reviewing local transport needs; • Assisting the NTA in the on-going identification, planning, procurement and review of local transport needs in the TCU Area; • Providing a dispatch and booking facility in relation to rural transport services; • Financial and governance responsibilities in relation to rural transport services; • Managing the delivery of integrated public transport services, including working closely with local authorities and stakeholders; • monitoring the level and quality of service provided by transport operators; and • customer engagement and marketing.

      187. Award criteria:
        Price is not the only award criterion and all criteria are stated only in the procurement documents
      188. Estimated value:
        Value excluding VAT: 34 600 000.00 EUR
      189. Duration of the contract, framework agreement or dynamic purchasing system:
        Duration in months: 36
        This contract is subject to renewal: yes
        Description of renewals:

        Two one-year renewal options available

      190. Information about the limits on the number of candidates to be invited:
      191. Information about variants:
        Variants will be accepted: no
      192. Information about options:
        Options: no
      193. Information about electronic catalogues:

      194. Information about European Union funds:
        The procurement is related to a project and/or programme financed by European Union funds: no
      195. 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.

  3. Section III
    1. Conditions for participation:
      1. Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers:
        List and brief description of conditions:

        Candidates must read the PQQ document thoroughly and respond in accordance with its instructions.

      2. Economic and financial standing:
        List and brief description of selection criteria:

        Tax certification, turnover, and insurance

      3. Technical and professional ability:
        List and brief description of selection criteria:

        Experience of similar contracts in the 48 months prior to the date for receipt of PQQ submissions in the provision of services containing the following service elements:. . • Administering contracts on behalf of a client. • Certifying payments . • Monitoring contractor performance. • Operation of a booking system . • Customer communications.

      4. Information about reserved contracts:
    2. Conditions related to the contract:
      1. Information about a particular profession:
      2. Information about staff responsible for the performance of the contract:
  4. Section IV
  5. Description:
    1. Type of procedure:
      Restricted procedure
    2. Information about a framework agreement or a dynamic purchasing system:
    3. Information about reduction of the number of solutions or tenders during negotiation or dialogue:
    4. Information about negotiation:
    5. Information about electronic auction:
    6. Information about the Government Procurement Agreement (GPA):
      The procurement is covered by the Government Procurement Agreement: yes
  6. Administrative information:
    1. Previous publication concerning this procedure:
    2. Time limit for receipt of tenders or requests to participate:
      Date: 2023-10-04
      Local time: 12:00
    3. Estimated date of dispatch of invitations to tender or to participate to selected candidates:
      Date: 2023-11-01
    4. Languages in which tenders or requests to participate may be submitted:
      EN
    5. Minimum time frame during which the tenderer

Источник закупки

Перейти

Импорт - Экспорт по стране Ирландия

Кроме мониторинга зарубежных тендеров для ведения успешного бизнеса изучите информацию о стране: какая продукция экспортируется и импортируется и на какие суммы. Определите коды ТН ВЭД интересующей вас продукции.

Экспорт Импорт

Еще тендеры и закупки за эти даты

04-09-2023 Various medicinal products.

04-09-2023 Various medicinal products.

04-09-2023 Various medicinal products.

04-09-2023 Various medicinal products.

04-09-2023 Various medicinal products.

04-09-2023 Metal-working machine tools.





Copyright © 2008-2026, TenderGURU
Все права защищены. Полное или частичное копирование запрещено.
При согласованном использовании материалов сайта TenderGURU.ru необходима гиперссылка на ресурс.
Электронная почта: info@tenderguru.ru
Многоканальный телефон 8-800-555-89-39
с любого телефона из любого региона для Вас звонок бесплатный!

Портал отображает информацию о закупках, публикуемых в сети интернет
и находящихся в открытом доступе, и предназначен для юрлиц и индивидуальных предпринимателей,
являющихся участниками размещения государственного и коммерческого заказа.
Сайт использует Cookie, которые нужны для авторизации пользователя.
На сайте стоят счетчики Яндекс.Метрика, Google Analytics и LiveInternet,
которые нужны для статистики посещения ресурса.

Политика обработки персональных данных tenderguru.ru