Contract notice

Information

Published

Date of dispatch of this notice: 02/09/2019

Expire date: 25/10/2019

External Reference: 2019-288635

TED Reference: 2019/S 171-416622

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=152980&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

Dunkettle Interchange Upgrade Scheme Works
Reference number:  TII222
II.1.2)

Main CPV code

45233110  -  Motorway construction works
II.1.3)

Type of contract

Works
II.1.4)

Short description

Transport Infrastructure Ireland (TII) intends to procure a civil engineering construction contractor to design and construct the Dunkettle Interchange Upgrade scheme, comprising the upgrade of the existing interchange to a largely freeflow involving, including but not limited to, the construction of a number of new structures (including over the railway); new road links including all earthworks; drainage and pavement; signage and lining; landscaping; environmental mitigation; culverts; roundabouts; pedestrian and cycle facilities; and traffic management, all in close proximity to live traffic, the railway, Cork Harbour SPA and various large industrial facilities.
II.1.5)

Estimated total value

Value excluding VAT: 120000000.00  EUR
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

45221000  -  Construction work for bridges and tunnels, shafts and subways
45221100  -  Construction work for bridges
45223000  -  Structures construction work
45233120  -  Road construction works
45233121  -  Main road construction works
45233140  -  Roadworks
71320000  -  Engineering design services
71322000  -  Engineering design services for the construction of civil engineering works
II.2.3)

Place of performance

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

Description of the procurement

This procurement (TII222) is for the Design and Construction of the Dunkettle Interchange Upgrade Scheme. The existing Dunkettle Interchange is located approximately 6km to the east of Cork City, where the M8/N8 road from Dublin to Cork intersects with the N25 road from Waterford to Cork, via the existing interchange, just north of the Jack Lynch Tunnel.
The existing interchange comprises a signalised roundabout, which includes a free flow overpass for traffic travelling along the N25 from the east to Cork, in the west, and vice versa. Traffic using the interchange other than for this movement must negotiate the existing circulatory carriageway (roundabout) which is controlled via traffic signals.
The Works comprises the reconfiguration of the existing Dunkettle Interchange to a free flowing interchange in so far as practicable, i.e. an interchange whereby traffic movements are not conflicted by opposing traffic movements either by yielding or stopping at traffic signals, as is the case with the existing interchange. The Works includes the following elements of infrastructure:
- A series of direct road links between the N8, the N25 and the N40 and links to the R623 Regional Road in Little Island and Burys Bridge in Dunkettle;
- 1 grade separated junction arrangement at the existing N25 to the east of the existing Dunkettle Interchange;
- 43 major structures of various forms including railway structures;
- Several culverts where the scheme crosses watercourses or intertidal areas;
- Utility Diversions;
- Associated intelligent transportation systems (ITS) Provision; and pedestrian and cyclist facilities. Significant traffic management will be required as the interchange will need to remain open to traffic during the Works. Various environmental mitigation is also required as per the planning consents.
-Any other assoicated works.
Further details available from the tender documents.
II.2.5)

Award criteria

Criteria below
Cost criterion  -  Name:  Price  /  Weighting:  100
II.2.6)

Estimated value

Value excluding VAT: 120000000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 72
This contract is subject to renewal: no
II.2.9)

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

Envisaged number of candidates: 5
Objective criteria for choosing the limited number of candidates:
See SAQ documents section 3.4 that states the objective criteria for limiting the number of Applicants.
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 the 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 ESPD/Selection Stage 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

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:  14/10/2019
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:  12/05/2021

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.3)

Additional information

TII will be the contracting authority for this TII222 Contract.
TII will not be liable for any participant’s costs arising in connection with participating in the competition, irrespective of the outcome of the competition, or if the competition is cancelled or postponed.
- TII have the right at any time and without notice to:
(i) terminate the competition (or part of it);
(ii) change the competition’s basis or procedures;
(iii) procure the contract by other means,
(iv) negotiate with one or more parties at any time;
(v) reject any, or all, of the applications/tenders;
(vi) not furnish a candidate or tenderer with additional information
or to do any combination of the foregoing or anything else deemed appropriate. In no instance will TII be required to give any reason for any alteration or termination of the process.
- If any past or future contracts or other documents are summarised or described in this document, or in other information given to Candidates, the summary or description must not be taken as comprehensive, or as a substitute for reading the contract or other document itself when it becomes available.
- Award of contract will be subject to the approval of statutory bodies.
- Award of contract may be subject to successful interview.
- Interested parties are advised that TII are subject to the Freedom of Information Act 2014 (together with other legislation governing access to information). If a candidate/tenderer considers that any information supplied as part of this procurement procedure should not be disclosed because of its commercial sensitivity, confidentiality or otherwise, they must, when providing this information, clearly identify the specific information they do not wish to be disclosed and clearly specify the reasons for its sensitivity. Please note, it is not sufficient to include a statement of confidentiality encompassing all the information provided in the response.
The €120 million (excluding VAT) is an estimate only and is based on July 2019 prices. TII does not commit to any amount, any retainer and all projects are subject to approval by the appropriate authorities.
VI.4)

Procedures for review

VI.4.1)

Review body

Central Office of the High Court
Four Courts
Dublin 7
IE
Telephone: +353 18886511
Fax: +353 18886125
Internet address: http://www.courts.ie