Contract notice

Information

Published

Date of dispatch of this notice: 19/05/2020

Expire date: 15/07/2020

External Reference: 2020-253569

TED Reference: 2020/S 099-237619

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=156709&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

Commercial Framework
Reference number:  TII237
II.1.2)

Main CPV code

71322100  -  Quantity surveying services for civil engineering works
II.1.3)

Type of contract

Services
II.1.4)

Short description

Transport Infrastructure Ireland wishes to set up a Single Party and a Multi Party Framework contract for the provision of when required quantity surveying, management of programmes, risk management, value management and any other related services in relation to national roads and public transport projects for use by TII and Local Authorities.
II.1.5)

Estimated total value

Value excluding VAT: 3000000.00  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

Single Party Commercial Framework
Lot No:  1
II.2.2)

Additional CPV code(s)

71242000  -  Project and design preparation, estimation of costs
71244000  -  Calculation of costs, monitoring of costs
71310000  -  Consultative engineering and construction services
71311000  -  Civil engineering consultancy services
71311100  -  Civil engineering support services
71311230  -  Railway engineering services
71313410  -  Risk or hazard assessment for construction
71324000  -  Quantity surveying services
II.2.3)

Place of performance

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

Description of the procurement

TII has a requirement for commercial, risk and value management consultants for use by TII and the local authorities. Services provided include preparation reviewing of contract documents, cost estimates, final account analyses, updating TII standard documents/templates, and developing programme project risk/value management polices etc
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 €2m 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

Multi Party Commercial Framework
Lot No:  2
II.2.2)

Additional CPV code(s)

71242000  -  Project and design preparation, estimation of costs
71244000  -  Calculation of costs, monitoring of costs
71310000  -  Consultative engineering and construction services
71311000  -  Civil engineering consultancy services
71311100  -  Civil engineering support services
71311230  -  Railway engineering services
71313410  -  Risk or hazard assessment for construction
71324000  -  Quantity surveying services
II.2.3)

Place of performance

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

Description of the procurement

TII has a requirement for commercial, risk and value management consultants for use by TII and the local authorities. Services provided include preparation reviewing of contract documents, cost estimates, final account analyses, updating TII standard documents/templates, and developing programme project risk/value management polices etc
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: 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 €2m 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

List and brief description of selection criteria:  
See eESPD for details
III.1.3)

Technical and professional ability

List and brief description of selection criteria:  
See eESPD for details.
Submissions may be submitted by single entities or by groups. A group will not be required to convert into a specific legal form 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 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 consider appropriate at its discretion.
Minimum level(s) of standards possibly required:  
See eESPD for details.
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:  5
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:  24/06/2020
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:  19/03/2021
IV.2.7)

Conditions for opening of tenders

Date:  24/06/2020
Local time:  12:00

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  yes
Estimated timing for further notices to be published:  
Approx. 36 - 42 months after Contract Award of this tender competition
VI.3)

Additional information

TII is procuring this competition on its own behalf and on behalf of all road authorities in Ireland. Lots 1 & 2 will be available to TII and the following local authorities:
Carlow County Council
Cavan County Council
Clare County Council
Cork County Council
Donegal County Council
Dublin County Council
Dun Laoghaire-Rathdown County Council
Fingal County Council
Galway City County 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
Westmeath County Council
Wexford County Council
Wicklow County Council
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 has 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 the competent authorities.
- Award of contract may be subject to successful interview.
- Interested parties are advised that TII is 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.
- An Information Memorandum and Pre-qualification Questionnaire are available on the etenders Website at http://www.etenders.gov.ie. Interested parties wishing to participate should ensure that the Pre-Qualification Questionnaire (and the ESPD, where used) is completed and returned in accordance with the requirements set out in the Pre-qualification Questionnaire and Information Memorandum. The Information Memorandum sets out details of the project and the procurement process.
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