Contract notice

Information

Published

Date of dispatch of this notice: 21/12/2017

Expire date: 01/02/2018

External Reference: 2017-879486

TED Reference: 2017/S 247-519294

Contract notice

Cached Version

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Transport Infrastructure Ireland (TII)
9510201H
Parkgate Business Centre, Parkgate Street
Dublin, D08 DK10
Dublin
IE
Contact person: Tony Redmond
Telephone: +353 16463400
NUTS code:  IE -  IRELAND
Internet address(es):
Main address: www.tii.ie

I.3)

Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at:  
http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=122839&B=ETENDERS_SIMPLE
Additional information can be obtained from
the abovementioned address:  
Tenders or requests to participate must be submitted
Tenders or requests to participate must be submitted
to the abovementioned address
I.4)

Type of the contracting authority

Body governed by public law
I.5)

Main activity

Other activity:  Roads and Light Rail

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Road Pavement Skid Analyst
Reference number:  TII126
II.1.2)

Main CPV code

71631480  -  Road-inspection services
II.1.3)

Type of contract

Services
II.1.4)

Short description

TII requires a service provider to revise a standard for road pavement skid resistance. The service will include:
• Carry out a comprehensive overview of literature available
• Carry out Overview of Conventional Methods of Aggregate Friction Assessment and Identify and Propose Systems to Address Gaps
• Carry out Comparison of Current and Proposed Methodologies and Applicable Standards in Other jurisdictions
• Collect, analyse and collate samples from existing quarries and sites over 3 years
• Assess correlation and relationships with current assessment techniques
• Develop databases using samples from existing quarries and sites
• Develop tool / framework to be incorporated in the assessment and approval of aggregates for use in surface courses
• Develop proof of concept and test for network wide application including blind test matching
• Develop validation and approval techniques to be incorporated in a future standard
• Revise the standard
II.1.5)

Estimated total value

Value excluding VAT: 210000.00  EUR
II.1.6)

Information about lots

This contract is divided into lots: no
II.2)

Description

II.2.2)

Additional CPV code(s)

14210000  -  Gravel, sand, crushed stone and aggregates
73210000  -  Research consultancy services
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
Main site or place of performance:  
Dublin 8
II.2.4)

Description of the procurement

TII has, in standard DN-PAV-03023, recognised a need to better understand the in service performance of aggregates to enable refinements and improvements to its standards and product specifications. The introduction of the Construction Products Regulations supports the demonstrable performance of construction products against standard property tests, aimed at ensuring adherence to the set of fundamental basic requirements. Further section 4.21 of TII DN-PAV-03023 states: “It is essential that the aggregate supplied to site must be the same in all respects to the sample submitted for acceptance”, section 4.18 states: “It is important to demonstrate consistency of production and robustness of testing”, and section 4.15 that: “Standards to be adopted in subsequent renewal work may then be determined in the light of the skidding resistance performance set against those initial recorded values”.
The principal objectives of the standard are therefore to
• have an effective traceability of the materials used from quarry to site.
• have the ability to make future changes based on reliable data of past performance
• ensure testing methodologies are sufficiently robust
To ensure that aggregates in surface course mixtures have adequate frictional and durability properties that are utilised in the pavement, it is important to be able to verify that the original source (quarry) of the aggregate has rock of required and resilient mineralogy. This project is aimed at supporting this principle and providing producers and specifiers with additional tools to predict the in-service performance of these aggregates. It is envisaged that an outcome would include a tool / framework that utilises spectra identification and pattern analysis for assistance in detecting and explaining variability in the frictional and physical properties of aggregates within a quarry over a period of time. The spectra framework for various aggregates could also be used as diagnostic tools to validate an aggregate source, and to enable specifiers to consider, with confidence a wider range of aggregate sources tailored to meet a more extensive list of site categories.
The project also needs to establish the robustness of surface roughness (micro texture) measurement data and minerology to compliment or enhance the existing PSV test procedure (IS EN 1097-8) and friction after polishing test (IS EN 12697-49). The relationship between virgin aggregate and in situ trafficked aggregates is also an important requirement that needs to be determined. A high medium and low volume site will be identified for each source during the project. Each will be within 50km of a source quarry.
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)

Estimated value

Value excluding VAT: 210000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 36
This contract is subject to renewal: no
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: no
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)

Additional information

Tenderers are required to register on the etenders government website to download tender documents.
The estimated contract value of €210,000 is only an approximate value and the actual amount may be higher or lower.

Section III: Legal, economic, financial and technical information

III.1)

Conditions for participation

III.1.1)

Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:  as stated in the procurement documents
III.1.2)

Economic and financial standing

Selection criteria as stated in the procurement documents
III.1.3)

Technical and professional ability

Selection criteria as stated in the procurement documents
III.2)

Conditions related to the contract

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Open procedure
IV.1.8)

Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: yes
IV.2)

Administrative information

IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  2/1/2018
Local time:  12:00
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English
IV.2.6)

Minimum time frame during which the tenderer must maintain the tender

Tender must be valid until:  6/7/2018
IV.2.7)

Conditions for opening of tenders

Date:  2/1/2018
Local time:  12:00

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.4)

Procedures for review

VI.4.1)

Review body

High Court
Four Courts
Dublin
7
IE
Internet address: www.courts.ie