Contract notice

Information

Published

Date of dispatch of this notice: 05/04/2019

Expire date: 07/06/2019

External Reference: 2019-266188

TED Reference: 2019/S 071-167945

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: Micheal O'Connor
Telephone: +353 16463692
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=145010&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, Metro and Light Rail

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Real Estate Services Framework
Reference number:  TII159
II.1.2)

Main CPV code

70000000  -  Real estate services
II.1.3)

Type of contract

Services
II.1.4)

Short description

TII has a requirement for Real Estate Consultancy Services associated with its public transport projects and its national road network. The services required include but not limited to CPO representation, Property Cost Estimation, Liaison with property owners, Complex negotiations with multiple owners, valuations, arbitration representation, property management, acquisitions and disposals.
TII aims to establish Framework Agreements with a number of real estate firms with TII and the Local Authorities as its users. These bodies will be entitled (but not obliged) to draw down services from the Framework Agreements in accordance with the rules of the Framework Agreements. The competition will consist of three lots. Lot 1 will be for TII's public transport requirements such as Luas and Metro. Lot 2 and Lot 3 will be for Major roads and Minor roads respectively with Major and Minor defined in the tender documents.
II.1.5)

Estimated total value

Value excluding VAT: 16000000.00  EUR
II.1.6)

Information about lots

This contract is divided into lots: yes
Tenders may be submitted for  all lots
Maximum number of lots that may be awarded to one tenderer:  2
II.2)

Description

II.2.1)

Title

Real Estate Services - Public Transport
Lot No:  1
II.2.2)

Additional CPV code(s)

70120000  -  Buying and selling of real estate
70300000  -  Real estate agency services on a fee or contract basis
70330000  -  Property management services of real estate on a fee or contract basis
II.2.3)

Place of performance

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

Description of the procurement

Lot 1 – Public Transport & Corporate Services: TII has a requirement for a Real Estate service provider for public transport and Corporate Services. Public transport in this context relates to light rail and metro services under the remit of TII as assigned by the National Transport Authority. Services required include property cost estimation, CPO representation, liaison with property owners, acquisitions and disposals. Corporate Services in this context includes property portfolio management, commercial rates representation, valuation services, specialist advice and other corporate property services as may be required.
The top four ranked tenders that have satisfied the exclusion and selection criteria will be appointed to the Framework Agreement (provided there are sufficient suitable tenders to appoint four suitable tenderers; the Authority reserves the right to appoint less than four tenderers where less than four suitable tenders have been received).
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: 4000000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48
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

The €4 million estimate is based on assumptions and information to hand. TII does not commit to this amount as projects are subject to approval. This framework will expire in 4 years but any call-offs signed under this lot (before the framework expiration date) will be valid and will run until completion of the call-off, which may in some cases be a number of years after the framework expires.
II.2)

Description

II.2.1)

Title

Real Estate Services - Major Roads
Lot No:  2
II.2.2)

Additional CPV code(s)

70120000  -  Buying and selling of real estate
70300000  -  Real estate agency services on a fee or contract basis
70330000  -  Property management services of real estate on a fee or contract basis
II.2.3)

Place of performance

Main site or place of performance:  
Ireland
II.2.4)

Description of the procurement

Lot 2 – Major Projects (Roads): TII has a requirement for a Real Estate service provider for Major Roads on a nationwide basis. This Framework will be available for all the local authorities and TII acting as client. The services include property cost estimation, agronomy services, CPO representation, liaison with property owners, acquisitions and disposals.
The top five ranked tenders that have satisfied the exclusion and selection criteria will be appointed to the Framework Agreement (provided there are sufficient suitable tenders to appoint five suitable tenderers; the Authority reserves the right to appoint less than five tenderers where less than five suitable tenders have been received).
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: 10000000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48
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

The €10 million estimate is based on assumptions and information to hand. TII does not commit to this amount as projects are subject to approval. This framework will expire in 4 years but any call-offs signed under this lot (before the framework expiration date) will be valid and will run until completion of the call-off, which may in some cases be a number of years after the framework expires.
II.2)

Description

II.2.1)

Title

Real Estate Services - Minor Roads
Lot No:  3
II.2.2)

Additional CPV code(s)

70120000  -  Buying and selling of real estate
70300000  -  Real estate agency services on a fee or contract basis
70330000  -  Property management services of real estate on a fee or contract basis
II.2.3)

Place of performance

Main site or place of performance:  
Ireland
II.2.4)

Description of the procurement

Lot 3 – Minor Projects (Roads): TII has a requirement for a Real Estate service provider for Minor Roads on a nationwide basis. This Framework will be available for all the local authorities. The services include property cost estimation, agronomy services, CPO representation, liaison with property owners, acquisitions and disposals. The estimates value of Lot 3 is €2 million.
The top ten ranked tenders that have satisfied the exclusion and selection criteria will be appointed to the Framework Agreement (provided there are sufficient suitable tenders to appoint ten suitable tenderers; the Authority reserves the right to appoint less than ten tenderers where less than ten suitable tenders have been received).
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: 2000000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48
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

The €2 million estimate is based on assumptions and information to hand. TII does not commit to this amount as projects are subject to approval. This framework will expire in 4 years but any call-offs signed under this lot (before the framework expiration date) will be valid and will run until completion of the call-off, which may in some cases be a number of years after the framework expires.

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:  per tender documents
III.1.2)

Economic and financial standing

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

Technical and professional ability

List and brief description of selection criteria:  
Submissions may be submitted by single entities or by groups. A group will not be required to convert into a specific legal from in order to submit a request to participate, but may be required to do so prior to award of the framework. TII also reserves the right to contract with a nominated lead contractor, with the other group members as sub-contractors, or to contract with each member of the group on the basis of joint and several liability, or on such other basis as the Authority considers appropriate at its discretion.
Minimum level(s) of standards possibly required:  
If a tender is submitted by a group (more than one) of suppliers, then those suppliers, if awarded onto the Framework, may be required to assume such legal form by incorporation, partnership, or otherwise as will enable them to contract as a single entity. It may become necessary for the group to state a single addressee responsible for the receipt and processing of the participating orders and resolving any problems to the Framework. TII reserve the right to disqualify any group or consortium which makes changes to the composition of the group after submission without the consent of TII.
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:  19
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:  21/05/2019
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:  29/11/2019
IV.2.7)

Conditions for opening of tenders

Date:  21/05/2019
Local time:  12:00

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.3)

Additional information

TII is procuring this competition on its own behalf and on behalf of all road authorities in Ireland. Lots 2 and 3 will be available to TII and the following local authorities:
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
Longford County Council
Louth 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
VI.4)

Procedures for review

VI.4.1)

Review body

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