Contract award notice

Information

Published

Date of dispatch of this notice: 25/01/2021

External Reference: 2021-247812

TED Reference: 2021/S 020-046878

Contract award notice

Contract award notice

Results of the procurement procedure

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: Paul Farrelly
Telephone: +353 016463746
Fax: +353 016463401
Internet address(es):
I.4)

Type of the contracting authority

Body governed by public law
I.5)

Main activity

Other activity:  Roads and Light Rail

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

TII122
Reference number:  ITS Equipment Deployment
II.1.2)

Main CPV code

63712700  -  Traffic control services
II.1.3)

Type of contract

Services
II.1.4)

Short description

This is an Award Notice only.
This was for the M50 Traffic Flow Optimisation (MTFO) ITS Equipment Deployment.
The MTFO ITS Deployment Contract will consist of the supply, installation and maintenance of, but may not be limited, to the following equipment:
• Advance Motorway Indicators (AMIs);
• Variable Message Signs;
• Controllers for Variable Message Signs and AMIs;
• Slip Road Signals (AMIs);
• Accident Incident Detection System;
• Enforcement System;
• Gantry mounted and roadside enclosures for digital enforcement;
• CCTV, PTZ units and termination/interface unit;
• Traffic monitoring devices;
• New emerging technologies and equipment.
It is envisaged that the project will include a five year period of support and maintenance services relating to the Contractor supplied equipment.
II.1.6)

Information about lots

This contract is divided into lots: no
II.1.7)

Total value of the procurement

Value excluding VAT:  22910934.65  EUR
II.2)

Description

II.2.2)

Additional CPV code(s)

63712710  -  Traffic monitoring services
II.2.3)

Place of performance

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

Description of the procurement

Contract has been awarded for M50 Traffic Flow Optimisation (MTFO) ITS Equipment Deployment. MTFO is a programme of works to deploy Intelligent Transportation Systems (ITS) to optimise the flow of traffic on the M50 and radials through lane control and the variability of speeds in response to conditions. The M50 is approximately 45km in length and includes approximately 75 nr. existing gantries, as well as approximately 34 nr. new gantries proposed to be constructed under separate MTFO works.
Advance Motorway Indicators (AMIs) and supporting Variable Message Signs (VMS) will be deployed on existing and new gantries to display lane control signals and/or variable speed limits. Operation of the AMIs will be informed through the deployment of roadside technologies to monitor the traffic conditions. Data collected on the current traffic speed, traffic volume, weather information, and road surface condition will be used to determine appropriate speeds at which drivers should be travelling, given current roadway and traffic conditions.
The MTFO ITS Deployment Contract will consist of the supply, installation and maintenance of, but may not be limited, to the following equipment:
• Advance Motorway Indicators (AMIs);
• Variable Message Signs;
• Controllers for Variable Message Signs and AMIs;
• Slip Road Signals (AMIs);
• Accident Incident Detection System;
• Enforcement System;
• Gantry mounted and roadside enclosures for digital enforcement;
• CCTV, PTZ units and termination/interface unit;
• Traffic monitoring devices;
• New emerging technologies and equipment.
The scope of the works shall include all associated power and telecommunications requirements for the commissioning and operations of all ITS Deployment Contract equipment.
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Quality  /  Weighting:  600
Price  -  Weighting:  400
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 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.2.1)

Previous publication concerning this procedure

Notice number in the OJ S: 2018/S 122-277262

Section V: Award of contract

Contract No: 1

Title: TII122

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

29/07/2020
V.2.2)

Information about tenders

Number of tenders received:  5
Number of tenders received by electronic means:  5
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

Dynniq UK Ltd
Basingstoke, Hampshire
RG24 8WZ
UK

The contractor is an SME : no
V.2.4)

Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot:  22910934.65  EUR

Section VI: Complementary information

VI.4)

Procedures for review

VI.4.1)

Review body

High Court
Four Courts
Dublin
D7
IE
Internet address: www.courts.ie

VI.4.2)

Body responsible for mediation procedures

High Court
Four Courts
Dublin
D7
IE
Internet address: www.courts.ie