Contract notice

Information

Published

Date of dispatch of this notice: 24/04/2020

Expire date: 15/07/2020

External Reference: 2020-292007

TED Reference: 2020/S 083-196505

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: Rob Grumley
Telephone: +353 16463650
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=165901&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

Claims Advisor, Expert Witness, Client Representation and Procurement Assurance Services Framework
Reference number:  TII238
II.1.2)

Main CPV code

71319000  -  Expert witness services
II.1.3)

Type of contract

Services
II.1.4)

Short description

Transport Infrastructure Ireland is procuring on its own behalf, and on behalf of a number of local authorities, one Single Party and one Multi Party Framework for when required the provision of Claims Advisor, Expert Witness, Client Representation and Procurement Assurance Services
II.1.5)

Estimated total value

Value excluding VAT: 5000000.00  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:  1
II.2)

Description

II.2.1)

Title

Claims Advisor, Expert Witness, Client Representation and Procurement Assurance Services Framework
Lot No:  1
II.2.2)

Additional CPV code(s)

79418000  -  Procurement consultancy services
II.2.4)

Description of the procurement

Transport Infrastructure Ireland is procuring on its own behalf, and on behalf of a number of local authorities, one Single Operator Framework Agreement for the provision, when required, of Claims Advisor, Expert Witness, Client Representation and Procurement Advisor Services and other related services in relation to national roads programmes and projects as further described below. The services required are in four broad categories as follows:
(i) Claims Advisor Services
The services may involve (but are not limited to): advice on, and assistance with review of, construction contract claims for additional money and/or time, both during the course of the construction project and in applicable dispute resolution procedures; review of merits of claims and preparation of risk assessment; advice on the value for money of final accounts and change orders; liaison with other appointed advisers in relation to construction contract claims; programme level monitoring and reporting of progress and approach in the resolution of construction contract claims; distillation of relevant facts of claims and preparation of statements of defence; damages analysis and quantification, construction productivity loss analysis using acceptable methods, construction defect(s) evaluation; contract administration support to ensure that opportunities for claims are minimised; any other related services.
(ii) Expert Witness Services
The services may involve (but are not limited to): preparation of, and review of, expert witness reports; provision of expert evidence in dispute resolution proceedings including but not limited to litigation, adjudication, conciliation and arbitration; providing quantum verification/audit specialist services; providing specialist programme verification, critical path analysis and impact analysis; any other related services.
(iii) Client Representation Services
The services may involve (but are not limited to): representing the client at alternative dispute resolution proceedings including but not limited to litigation, adjudication, conciliation and arbitration; any other related services.
(iv) Procurement Assurance Services
The services may involve (but are not limited to): satisfying the client in relation to the appropriateness of the client’s procurement processes before legal counsel is sought; reviewing technical and/or commercial elements of contract documents before tender issue; advising and assisting in relation to standard procurement documents; advice on the conduct of or design of public procurement procedures in order to secure best value for money; general support with procurement activities; any other related activities
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: yes
Description of renewals:  
On completion of this Framework circa, June 2024, TII will run a tender competition to replace this Framework.
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 www.etender.gov.ie
to download the tender documents
II.2)

Description

II.2.1)

Title

Claims Advisor, Expert Witness, Client Representation and Procurement Assurance Services Framework
Lot No:  2
II.2.2)

Additional CPV code(s)

79418000  -  Procurement consultancy services
II.2.4)

Description of the procurement

Transport Infrastructure Ireland is procuring on its own behalf, and on behalf of a number of local authorities, one Multi-Party Framework Agreement for the provision, when required, of Claims Advisor, Expert Witness, Client Representation and Procurement Advisor Services and other related services in relation to national roads programmes and projects as further described below. The services required are in four broad categories as follows:
(i) Claims Advisor Services
The services may involve (but are not limited to): advice on, and assistance with review of, construction contract claims for additional money and/or time, both during the course of the construction project and in applicable dispute resolution procedures; review of merits of claims and preparation of risk assessment; advice on the value for money of final accounts and change orders; liaison with other appointed advisers in relation to construction contract claims; programme level monitoring and reporting of progress and approach in the resolution of construction contract claims; distillation of relevant facts of claims and preparation of statements of defence; damages analysis and quantification, construction productivity loss analysis using acceptable methods, construction defect(s) evaluation; contract administration support to ensure that opportunities for claims are minimised; any other related services.
(ii) Expert Witness Services
The services may involve (but are not limited to): preparation of, and review of, expert witness reports; provision of expert evidence in dispute resolution proceedings including but not limited to litigation, adjudication, conciliation and arbitration; providing quantum verification/audit specialist services; providing specialist programme verification, critical path analysis and impact analysis; any other related services.
(iii) Client Representation Services
The services may involve (but are not limited to): representing the client at alternative dispute resolution proceedings including but not limited to litigation, adjudication, conciliation and arbitration; any other related services.
(iv) Procurement Assurance Services
The services may involve (but are not limited to): satisfying the client in relation to the appropriateness of the client’s procurement processes before legal counsel is sought; reviewing technical and/or commercial elements of contract documents before tender issue; advising and assisting in relation to standard procurement documents; advice on the conduct of or design of public procurement procedures in order to secure best value for money; general support with procurement activities; any other related activities
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: 1000000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48
This contract is subject to renewal: yes
Description of renewals:  
On completion of this Framework circa, June 2024, TII will run a tender competition to replace this Framework.
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:  See tender 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

III.2.2)

Contract performance conditions

See 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
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement:  3
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:  29/05/2020
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:  03/03/2021
IV.2.7)

Conditions for opening of tenders

Date:  29/05/2020
Local time:  12:00

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.2)

Information about electronic workflows

Electronic payment will be used
VI.3)

Additional information

The successful Tenderers will be required to enter into a Framework Agreement with Transport Infrastructure Ireland and the relevant Local Authorities. Contracts (“Call-off Contracts”) for individual projects from Lot 1 and Lot 2 may be entered into. The four year value of all Call-Offs is estimated to be circa €0 - €5,000,000 (exclu VAT). This may vary and there is no guarantee that call-offs of such value will be awarded under the framework agreement. Clients may procure similar services in other ways.
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

VI.4.2)

Body responsible for mediation procedures

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