Contract notice

Information

Published

Date of dispatch of this notice: 30/05/2018

Expire date: 02/07/2018

External Reference: 2018-856302

TED Reference: 2018/S 103-235473

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: Rob Grumley
Telephone: +353 16463650
NUTS code:  IE -  IRELAND
Internet address(es):
Main address: www.tii.ie

I.2)

Joint procurement

The contract is awarded by a central purchasing body
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=129972&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

Technical Consultancy Services Framework
Reference number:  TII145
II.1.2)

Main CPV code

71300000  -  Engineering services
II.1.3)

Type of contract

Services
II.1.4)

Short description

TII along with the relevant local authorities are responsible for the delivery of various public infrastructure projects including a number of road schemes identified in the National Development Plan 2018-2027. These are to be taken through planning and design stages. TII along with the relevant local authorities have a requirement for technical advisors to provide various services including development of major road schemes up to planning consent stage. This Framework will be available both to TII as the contracting authority and the local authorities where TII is the Sanctioning Authority. It is envisaged that the Framework will consist of up to ten members.
II.1.5)

Estimated total value

Value excluding VAT: 20000000.00  EUR
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

71500000  -  Construction-related 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

The Framework Agreement has an anticipated duration of 2 years, with an option for the Authority to extend the duration, at its discretion, for up to a further 2 years, in 12 monthly intervals. The Local Authorities that will be entitled (but not obliged) to draw down Services from each Framework Agreement in accordance with the rules of the individual Framework Agreement are:
Carlow County Council
Cavan County Council
Clare County Council
Cork City Council
Cork County Council
Donegal County Council
Dublin City Council
Dun Laoghaire Rathdown County Council
Fingal County Council
Galway City Council
Galway County Council
Kerry County Council
Kildare County Council
Kilkenny County Council
Laois County Council
Leitrim County Council
Limerick City and County Council
Louth County Council
Longford County Council
Mayo County Council
Meath County Council
Monaghan County Council
Offaly County Council
Roscommon County Council
Sligo County Council
South Dublin County Council
Tipperary County Council
Waterford City and County Council
Westmeath County Council
Wexford County Council
Wicklow County Council
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: 20000000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24
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: yes
Description of options:
Framework has anticipated duration of 2 years, with an option for the Authority to extend the duration, at its discretion, for up to a further 2 years, in 12 monthly intervals.
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 will need to register on the etenders government website to download the tender documents. TII intends to shortlist a minimum of ten service providers provided they are suitable candidates. The estimated amount of €20 million is based on current projects that are outlined in the National Development Plan.

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 per 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.1.3)

Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement:  10
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:  02/07/2018
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:  02/01/2019
IV.2.7)

Conditions for opening of tenders

Date:  02/07/2018
Local time:  12:00

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.3)

Additional information

As set out in the Instructions to Tendering documentation, tenderers that make it onto the Framework will be allocated a position on the framework based on the marks awarded to their tender submission. The Mini Competition Participants shall be all of those whose position on the framework is either an even number or an odd number. Framework Participants will have the option to be involved in every second Mini-Competition Tender. There will also be a second option to negotiate directly with one of the participants. See the Framework Agreement document for full details.
VI.4)

Procedures for review

VI.4.1)

Review body

Central Office of the High Court
Four Courts
Dublin
7
IE
Telephone: +353 18886511
Internet address: www.courts.ie