Contract notice

Information

Published

Date of dispatch of this notice: 10/11/2020

Expire date: 18/12/2020

External Reference: 2020-283787

TED Reference: 2020/S 222-545265

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=177454&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

Transport Planning Framework
Reference number:  TII254
II.1.2)

Main CPV code

71410000  -  Urban planning services
II.1.3)

Type of contract

Services
II.1.4)

Short description

Transport Infrastructure Ireland is seeking to put in place a single party transport planning framework to provide transport planning, transport economics and planning consultancy services on a range of TII national road and public transport projects including assessment of performance and needs of the existing road and light rail network. The framework will be operated by the Strategic & Transport Planning Section of TII.
II.1.5)

Estimated total value

Value excluding VAT: 5000000.00  EUR
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

71000000  -  Architectural, construction, engineering and inspection services
71300000  -  Engineering services
71320000  -  Engineering design services
71322500  -  Engineering-design services for traffic installations
71356400  -  Technical planning services
79311400  -  Economic research services
II.2.3)

Place of performance

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

Description of the procurement

The following services may be required pursuant to the Framework Agreement, together with any ancillary services which may be inferred therefrom or be necessary to carry out the services listed below:
• Sustainability Implementation plans for projects and incorporation of sustainability into appraisal systems
• Strategic Studies
• Roads / Light Rail and Metro consultancy services including traffic engineering, transport planning, and planning process statutory requirements;
• Technical advisory services around planning and appraisal of active travel (walking and cycling) interventions on rural and urban transport networks in which TII has an interest (national road, light rail and greenway).
• Transport planning and transport economics services relating to transport modelling;
• Transport planning and engineering services relating to traffic management schemes particularly in urban areas of the national road network;
• Transport planning and engineering services and general support as may be required by TII in the development of the following for potential light rail schemes:
- Strategic Assessment Reports as per the Public Spending Code (December 2019);
- Option Selection Studies and Reports and related Multi Criteria analysis;
- Preliminary Design of light rail enhancements;
- Urban transport modelling and analysis using the NTA Regional Modelling System;
- Production of Preliminary Business Case documents / Project Appraisal documents for TII programmes;
- Detailed Design and Final Business Case documents;
- From time to time, support for Public Consultations, Project Completion Reports and Ex-post Evaluations.
• Maintenance of and further enhancement to the TII National Transport Model;
• Multi-modal transport modelling services considering detailed modelling of traffic and public transport operations
• Transport economics and general economics consultancy services;
• Transport planning and economics consultancy services relating to transport demand management strategies including control and fiscal measures;
• Preparation of transport demand forecasts incorporating projected changes in demographics, economics and the demand for travel;
• Planning consultancy services relating to spatial planning and provision of expert advice to Transport Infrastructure Ireland, in its role as a statutory consultee, relating to the preparation by planning authorities of statutory plans;
• Provision of land-use planning consultancy support to Transport Infrastructure Ireland including reviewing planning applications notified to the Authority by planning authorities.
• Demographic studies utilising census data, previous censuses and forecasts published by the Central Statistics Office and other bodies;
• Analysis of national trip end data;
• Analysis of Luas services via Automative Vehicle Location Sytem (AVLS) data and ticketing / Leap card data and light rail trips via the Luas census;
• Data analytics, data science & data visualisation services to gain new insights from TII and other relevant data sets and to improve existing transport modelling techniques. This will require expertise and capabilities in scripting languages and frameworks such as Python, R, SQL and cloud services;
• Advice relating to the digitalisation of the transport network.
• Provision of project appraisal support to Transport Infrastructure Ireland including the preparation of new guidance, as required, in the Transport Infrastructure Ireland Project Appraisal Guidelines and review of project appraisal documentation relating to national road projects and preparation and/or review of project appraisal documentation relating to public transport projects.
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: 5000000.00  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

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

List and brief description of selection criteria:  
See tender 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 a single operator
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:  18/12/2020
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

Duration in months : 9  (from the date stated for receipt of tender)
IV.2.7)

Conditions for opening of tenders

Date:  18/12/2020
Local time:  12:00

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.3)

Additional information

The value stated is ex vat and is an estimate only and is based on a projection of the services required over a duration of 4 years. The Client does not commit to any amount, there is no fixed fee, no retainer and the actual amount expended under a resulting framework may vary depending on various factors including the amount of services ordered and the duration of the framework agreement.
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.
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