Contract notice

Information

Published

Date of dispatch of this notice: 25/06/2018

Expire date: 08/08/2018

External Reference: 2018-978164

TED Reference: 2018/S 122-277262

Contract notice

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: Paul Farrelly
Telephone: +353 016463746
Fax: +353 016463401
NUTS code:  IE -  IRELAND
Internet address(es):
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=131239&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

TII122
Reference number:  ITS Equipment Deployment
II.1.2)

Main CPV code

34923000  -  Road traffic-control equipment
II.1.3)

Type of contract

Services
II.1.4)

Short description

M50 Traffic Flow Optimisation (MTFO) ITS Equipment Deployment
The MTFO ITS Deployment Contract will consist of the supply, installation and maintenance of, but may not be limited, to the following equipment:
• Advance Motorway Indicators (AMIs);
• Variable Message Signs;
• Controllers for Variable Message Signs and AMIs;
• Slip Road Signals (AMIs);
• Accident Incident Detection System;
• Enforcement System;
• Gantry mounted and roadside enclosures for digital enforcement;
• CCTV, PTZ units and termination/interface unit;
• Traffic monitoring devices;
• New emerging technologies and equipment.
It is envisaged that the project will include a five year period of support and maintenance services relating to the Contractor supplied equipment.
II.1.5)

Estimated total value

Value excluding VAT: 30000000.00  EUR
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

34924000  -  Variable message signs
II.2.3)

Place of performance

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

Description of the procurement

M50 Traffic Flow Optimisation (MTFO) ITS Equipment Deployment
MTFO is a programme of works to deploy Intelligent Transportation Systems (ITS) to optimise the flow of traffic on the M50 and radials through lane control and the variability of speeds in response to conditions. The M50 is approximately 45km in length and includes approximately 75 nr. existing gantries, as well as approximately 34 nr. new gantries proposed to be constructed under separate MTFO works.
Advance Motorway Indicators (AMIs) and supporting Variable Message Signs (VMS) will be deployed on existing and new gantries to display lane control signals and/or variable speed limits. Operation of the AMIs will be informed through the deployment of roadside technologies to monitor the traffic conditions. Data collected on the current traffic speed, traffic volume, weather information, and road surface condition will be used to determine appropriate speeds at which drivers should be travelling, given current roadway and traffic conditions.
The MTFO ITS Deployment Contract will consist of the supply, installation and maintenance of, but may not be limited, to the following equipment:
• Advance Motorway Indicators (AMIs);
• Variable Message Signs;
• Controllers for Variable Message Signs and AMIs;
• Slip Road Signals (AMIs);
• Accident Incident Detection System;
• Enforcement System;
• Gantry mounted and roadside enclosures for digital enforcement;
• CCTV, PTZ units and termination/interface unit;
• Traffic monitoring devices;
• New emerging technologies and equipment.
The scope of the works shall include all associated power and telecommunications requirements for the commissioning and operations of all ITS Deployment Contract equipment.
It is envisaged that the project will include a five year period of support and maintenance services.
An Information Memorandum (IM) document is provided as part of this Notice that provided further details about this project, the other works associated with the enhancing Motorway Operation Services
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: 30000000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 84
This contract is subject to renewal: yes
Description of renewals:  
The element of the contract that is maintenance based may be subject to renewal. Alternatively it may be incorporated into the overall ITS Maintenance Contract.
II.2.9)

Information about the limits on the number of candidates to be invited

Maximum number: 5
Objective criteria for choosing the limited number of candidates:
As set out in the SAQ Document
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 will need to register on the etenders
government website to download tender documents

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:  See SAQ 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

III.2.3)

Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Restricted 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:  25/07/2018
Local time:  12:00
IV.2.3)

Estimated date of dispatch of invitations to tender or to participate to selected candidates

Date: 01/10/2018
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

Duration in months : 12  (from the date stated for receipt of tender)

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  yes
Estimated timing for further notices to be published:  
Post 6 years after Award.
VI.4)

Procedures for review

VI.4.1)

Review body

High Court
Four Courts
Dublin
D7
IE
Internet address: www.courts.ie

VI.4.2)

Body responsible for mediation procedures

High Court
Four Courts
Dublin
D7
IE
Internet address: www.courts.ie