Contract award notice

Information

Published

Date of dispatch of this notice: 10/07/2019

External Reference: 2019-293714

TED Reference: 2019/S 133-327660

Contract award notice

Contract award notice

Results of the procurement procedure

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
Internet address(es):
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

Pavement Asset Repair and Renewal Schemes Framework
Reference number:  TII173
II.1.2)

Main CPV code

71300000  -  Engineering services
II.1.3)

Type of contract

Services
II.1.4)

Short description

Procurement of a framework agreement of pavement design and construction administration service providers who will be given the opportunity to tender for contracts to take Pavement Asset Repair and Renewal (PARRs) projects through various stages from preparation of Pavement Asset Repair and Renewal Reports to construction and closeout
II.1.6)

Information about lots

This contract is divided into lots: no
II.1.7)

Total value of the procurement

Value excluding VAT:  20000000.00  EUR
II.2)

Description

II.2.2)

Additional CPV code(s)

71500000  -  Construction-related services
II.2.3)

Place of performance

Main site or place of performance:  
Dublin 8
II.2.4)

Description of the procurement

TII is funding a significant programme of pavement asset repair and renewal over the next 10 years. While these are primarily delivered through the relevant local authorities, in order to provide resilience in the process, TII consider it appropriate to have a framework of consultants available to assist as required. This framework will be available both to TII and the local authorities where TII is the sanctioning authority. It is envisaged that the framework will consist of up to 15 members. 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 estimated value of the framework is €20,000,000 plus VAT.
Successful Participants will be formed into tender groups of no more than five Participants. Tender groups will be formed (depending on the number of Participants) as follows:
• Tender Group 1 – comprised of those ranked 1st, 4th, 7th 10th and 13th
• Tender Group 2 – comprised of those ranked 2nd, 5th, 8th, 11th and 14th
• Tender Group 3 – comprised of those ranked 3rd, 6th, 9th, 12th and 15th
The Client will begin the call-off procedure for each individual Call-Off Contract by writing to the relevant tender group (the “Mini-Competition Participants”). Each tender group will be given the opportunity to tender for schemes on a rotation basis.
II.2.5)

Award criteria

Criteria below
Price
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 the tender documents

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
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.2.1)

Previous publication concerning this procedure

Notice number in the OJ S: 2018/S 209-477725

Section V: Award of contract

Contract No: 1

Title: Pavement Asset Repair and Renewal Schemes

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

03/05/2019
V.2.2)

Information about tenders

Number of tenders received:  11
The contract has been awarded to a group of economic operators :  yes
V.2.3)

Name and address of the contractor

WS Atkins Ireland Ltd (t/a Atkins)
Atkins House, 150-155, Airside Business, Park, Swords, Co. Dublin, K67, V3P4
Dublin
IE

The contractor is an SME : no
Barry Transportation
Classon House, Dundrum Business Park, Dundrum Road, Dublin 14, D14 T9T0
Dublin
IE

The contractor is an SME : yes
Kilgallen & Partners
Well Road, Kylekiproe, Portlaoise, Co. Laois
Portlaoise
IE

The contractor is an SME : yes
Mott MacDonald Ireland Limited
South Block, Rockfield, Dundrum, Dublin 16, D16 R6V0, Ireland
Dublin
IE

The contractor is an SME : no
O’Connor Sutton Cronin & Associates Limited
9 Prussia Street, Dublin 7, Ireland
Dublin
IE

The contractor is an SME : yes
Roadplan Consulting Limited
7 Ormonde Road, Kilkenny.
Kilkenny
IE

The contractor is an SME : yes
Roughan & O’Donovan Ltd
Arena House, Arena Road, Sandyford, D18 V8P6
Dublin
IE

The contractor is an SME : yes
RPS Consulting Engineers Limited
Lyrr 2, IDA Business and Technology Park, Mervue, Galway
Galway
IE

The contractor is an SME : yes
Sweco UK Limited
Grove House, Mansion Gate drive, Leeds LS7 4DN
Leeds
UK

The contractor is an SME : no
Patrick J. Tobin & Co. Ltd. (t/a TOBIN Consulting Engineers)
Fairgreen House, Fairgreen Road, Galway
Galway
IE

The contractor is an SME : yes
V.2.4)

Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot:  20000000.00  EUR

Section VI: Complementary information

VI.4)

Procedures for review

VI.4.1)

Review body

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