Contract notice

Information

Published

Date of dispatch of this notice: 11/09/2018

Expire date: 11/10/2018

External Reference: 2018-287259

TED Reference: 2018/S 176-399167

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Meath County Council
N/A
Buvinda House, Dublin Road
Navan
Meath
IE
Contact person: Jonathon Ryan
Telephone: +353 469097170
Fax: +353 469097001
Internet address(es):
Main address: http://www.meath.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=135056&B=ETENDERS_SIMPLE
Additional information can be obtained from
the abovementioned address:  
Tenders or requests to participate must be submitted
to the abovementioned address
I.4)

Type of the contracting authority

Regional or local authority
I.5)

Main activity

General public services

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Traffic Control Equipment Maintenance and Related Services
Reference number:  MH-TRA-18-12
II.1.2)

Main CPV code

50232000  -  Maintenance services of public-lighting installations and traffic lights
II.1.3)

Type of contract

Services
II.1.4)

Short description

Traffic Control Equipment Maintenance and Related Services
II.1.5)

Estimated total value

Value excluding VAT: 1250000.00  EUR
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

50232000  -  Maintenance services of public-lighting installations and traffic lights
II.2.4)

Description of the procurement

Traffic Control Equipment Maintenance and Related Services
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Methodology of the Works  /  Weighting:  7.5
Quality criterion  -  Name:  Management of the Works  /  Weighting:  5
Quality criterion  -  Name:  Labour  /  Weighting:  10
Quality criterion  -  Name:  Plant  /  Weighting:  12.5
Quality criterion  -  Name:  H&S & Traffic Management  /  Weighting:  20
Quality criterion  -  Name:  Asset Management System & Fault Management System  /  Weighting:  5
Price  -  Weighting:  40
II.2.6)

Estimated value

Value excluding VAT: 1250000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 60
This contract is subject to renewal: yes
Description of renewals:  
Initially for 2 years with 3 1 year extensions
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

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:  B1
Health & Safety
The tendering company must have successfully undertaken the role of Project Supervisor Design Process & Project Supervisor Construction Stage on 3 traffic signal contracts within the last 5 years.
B2
Health and Safety System
OHSAS, ISO 18001 or equivalent
B3
Quality Assurance Systems
SLCAS, ISO 9001 or equivalent
B4
Environmental Assurance System
ISO 14001 or equivalent
B5
Professional Registration
A Certificate of the firm’s registration in a professional or trade register of the country in which the firm is established.
B6
Previous Contracts
The tendering company must have successfully completed 3 traffic signal contracts within the last 5 years.
B7
Specific Experience
The Contracting authority has installed MOVA, SCATS and SPOT UTC at many of its important junctions and intends to continue a program of such installations. The
15
Contractor shall, therefore, have a demonstrated ability to maintain MOVA, SCATS and SPOT sites. Tenderers shall be required to demonstrate how this ability will be achieved
B8
Client References
Tenderers shall provide the names and contact details for 3 clients that can be contacted for references. The client references shall be for similar traffic signal maintenance contracts that were completed.
III.1.2)

Economic and financial standing

List and brief description of selection criteria:  
A1
Tax Clearance Certificate
Tenderers must submit a signed statement that the company and all proposed sub-contractors or sub-consultants (if applicable) are able to produce a valid Tax Clearance Certificate or C2 Certificate, and that valid certificates will be maintained for the duration of the contract.
A2
Turnover
Tenderers must submit a statement confirming that the turnover of the tendering company exceeded €500k/year in
14
any of the last three financial years, or pro-rata if more recently established, and that they will provide evidence of turnover and other financial information promptly on request at any time prior to the award decision being made
Minimum level(s) of standards possibly required:  
Type of Insurance Indemnity Limit Employer’s Liability €13,000,000
Public Liability
€6,500,000 Product Liability
Professional Indemnity
€2,000,000
III.1.3)

Technical and professional ability

List and brief description of selection criteria:  
B1
Health & Safety
The tendering company must have successfully undertaken the role of Project Supervisor Design Process & Project Supervisor Construction Stage on 3 traffic signal contracts within the last 5 years.
B2
Health and Safety System
OHSAS, ISO 18001 or equivalent
B3
Quality Assurance Systems
SLCAS, ISO 9001 or equivalent
B4
Environmental Assurance System
ISO 14001 or equivalent
B5
Professional Registration
A Certificate of the firm’s registration in a professional or trade register of the country in which the firm is established.
B6
Previous Contracts
The tendering company must have successfully completed 3 traffic signal contracts within the last 5 years.
B7
Specific Experience
The Contracting authority has installed MOVA, SCATS and SPOT UTC at many of its important junctions and intends to continue a program of such installations. The
15
Contractor shall, therefore, have a demonstrated ability to maintain MOVA, SCATS and SPOT sites. Tenderers shall be required to demonstrate how this ability will be achieved
B8
Client References
Tenderers shall provide the names and contact details for 3 clients that can be contacted for references. The client references shall be for similar traffic signal maintenance contracts that were completed.
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:  11/10/2018
Local time:  16:00
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:  11/04/2019
IV.2.7)

Conditions for opening of tenders

Date:  11/10/2018
Local time:  16:00

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

The High Court
Dublin
IE