Contract notice

Information

Published

Date of dispatch of this notice: 26/09/2019

Expire date: 08/11/2019

External Reference: 2019-271605

TED Reference: 2019/S 189-459769

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: Emma Noone
Telephone: +353 16463441
Internet address(es):
Main address: www.tii.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=153786&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

Technical Engineering Services
Reference number:  TII191
II.1.2)

Main CPV code

71300000  -  Engineering services
II.1.3)

Type of contract

Services
II.1.4)

Short description

Transport Infrastructure Ireland (the “Contracting Authority”) is acting as a central purchasing body in respect of five multi-party framework agreements (each a “Framework Agreement”) for the provision of technical engineering services for delivery of National Road Projects and Public Transport Projects, together with any ancillary services which may be inferred there from or be necessary to carry out the services (the “Services”), divided into five separate lots.
The Framework Agreement has an anticipated duration of 4 years.
II.1.5)

Estimated total value

Value excluding VAT: 60000000.00  EUR
II.1.6)

Information about lots

This contract is divided into lots: yes
Tenders may be submitted for  all lots
II.2)

Description

II.2.1)

Title

Technical Engineering Services lot1a
Lot No:  1
II.2.2)

Additional CPV code(s)

71310000  -  Consultative engineering and construction services
71311000  -  Civil engineering consultancy services
71311100  -  Civil engineering support services
71311230  -  Railway engineering services
II.2.3)

Place of performance

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

Description of the procurement

Lot 1a represents technical engineering services for roads and rail schemes with an estimated construction value up to €3m and general engineering services including advice and reports. These may be minor improvement schemes, pavement schemes or a combination of both.
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48
This contract is subject to renewal: yes
Description of renewals:  
It is assumed this contract will be renewed at the expiration of this contract, circa 2023.
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
II.2)

Description

II.2.1)

Title

Technical Engineering Services lot1b
Lot No:  2
II.2.2)

Additional CPV code(s)

71310000  -  Consultative engineering and construction services
71311000  -  Civil engineering consultancy services
71311100  -  Civil engineering support services
71311230  -  Railway engineering services
II.2.3)

Place of performance

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

Description of the procurement

Lot 1b represents technical engineering services for schemes with an estimated construction value greater than €3m and any other general technical engineering services as may be required.
Lot 1b relates to Phases 0 – 7 inclusive, where the client can call off any phase, part of a phase or any combination of phases and includes any other general technical engineering services for Roads and Public Transport as may be required.
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48
This contract is subject to renewal: yes
Description of renewals:  
It is assumed this contract will be renewed at the expiration of this contract, circa 2023.
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
II.2)

Description

II.2.1)

Title

Technical Engineering Services lot1c
Lot No:  3
II.2.2)

Additional CPV code(s)

71310000  -  Consultative engineering and construction services
71311000  -  Civil engineering consultancy services
71311100  -  Civil engineering support services
71311230  -  Railway engineering services
II.2.3)

Place of performance

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

Description of the procurement

Lot 1c represents technical engineering services for schemes with an estimated construction value greater than €3m and any other general technical consultancy services as may be required.
Lot 1c relates to Phases 6 – 7 inclusive together with operation and maintenance. For the avoidance of doubt, the lots cover any part of a phase, a combination of a number of phases, and any other general technical engineering services for roads and rail as may be required.
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48
This contract is subject to renewal: yes
Description of renewals:  
It is assumed this contract will be renewed at the expiration of this contract, circa 2023.
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
II.2)

Description

II.2.1)

Title

Technical Engineering Services Lot3a
Lot No:  4
II.2.2)

Additional CPV code(s)

71310000  -  Consultative engineering and construction services
71311000  -  Civil engineering consultancy services
71311100  -  Civil engineering support services
71311230  -  Railway engineering services
II.2.3)

Place of performance

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

Description of the procurement

Lot 3a represents technical engineering services for specialist intelligent transport system works
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48
This contract is subject to renewal: yes
Description of renewals:  
It is assumed this contract will be renewed at the expiration of this contract, circa 2023.
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
II.2)

Description

II.2.1)

Title

Technical Engineering Services Lot3b
Lot No:  5
II.2.2)

Additional CPV code(s)

71310000  -  Consultative engineering and construction services
71311000  -  Civil engineering consultancy services
71311100  -  Civil engineering support services
71311230  -  Railway engineering services
II.2.3)

Place of performance

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

Description of the procurement

Lot 3b represents technical engineering services for general network management consultancy services.
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48
This contract is subject to renewal: yes
Description of renewals:  
It is assumed this contract will be renewed at the expiration of this contract, circa 2023.
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.1.2)

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

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:  8
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:  29/10/2019
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:  25/06/2020
IV.2.7)

Conditions for opening of tenders

Date:  29/10/2019
Local time:  12:00

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.3)

Additional information

Tenderers will need to register on the etenders
government website to download the tender documents
Provided a sufficient number of suitable Tenderers are available, it is anticipated that the following number of Tenderers will be appointed to each Lot:
Lot 1a Eight Tenderers
Lot 1b Eight Tenderers
Lot 1c Eight Tenderers
Lot 3a Five Tenderers
Lot 3b Eight Tenderers
TII or the local authorities (i.e. the Clients) 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.
- The Clients 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 the Clients 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 framework will be subject to the approval of statutory bodies.
- Award of framework may be subject to successful interview.
- Interested parties are advised that the Clients 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 €60 million (excluding VAT) is an estimate only and is based on plans for the next four years and August 2019 prices. The Clients 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