Contract award notice

Information

Published

Date of dispatch of this notice: 26/03/2021

External Reference: 2021-218456

TED Reference: 2021/S 063-160646

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: Rob Grumley
Telephone: +353 16463650
NUTS code:  IE -  IRELAND
Internet address(es):
Main address: www.tii.ie

I.2)

Joint procurement

The contract is awarded by a central purchasing body
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

This is an award notice. 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.1.6)

Information about lots

This contract is divided into lots: yes
II.1.7)

Total value of the procurement

Value excluding VAT:  4239400.00  EUR
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.2.3)

Place of performance

NUTS code:  IE -  IRELAND
II.2.4)

Description of the procurement

Award Notice only. 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

Criteria below
Quality criterion  -  Name:  Quality  /  Weighting:  800
Price  -  Weighting:  200
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)

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.2.3)

Place of performance

NUTS code:  IE -  IRELAND
II.2.4)

Description of the procurement

This is an Award Notice. Transport Infrastructure Ireland was 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

Criteria below
Quality criterion  -  Name:  Quality  /  Weighting:  800
Price  -  Weighting:  200
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

Open procedure
IV.1.3)

Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement
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: 2020/S 083-196505

Section V: Award of contract

Contract No: 1

Title: Claims Advisor, Expert Witness, Client Representation and Procurement Assurance Services Framework

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

Award of contract

V.2.1)

Date of conclusion of the contract

05/03/2021
V.2.2)

Information about tenders

Number of tenders received:  4
Number of tenders received from SMEs:  0
Number of tenders received by electronic means:  4
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

ChandlerKBS
Chandlers House, Terra Nova Way
Cardiff
CF64 1SA
UK
NUTS code:  UK -  UNITED KINGDOM

The contractor is an SME : no
V.2.4)

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

Total value of the contract/lot:  4239400.00  EUR

Section V: Award of contract

Contract No: 2

Title: Claims Advisor, Expert Witness, Client Representation and Procurement Assurance Services Framework

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

Award of contract

V.2.1)

Date of conclusion of the contract

05/03/2021
V.2.2)

Information about tenders

Number of tenders received:  4
Number of tenders received from SMEs:  0
Number of tenders received by electronic means:  4
The contract has been awarded to a group of economic operators :  yes
V.2.3)

Name and address of the contractor

Turner Townsend
Ashford House, 18-23 Tara Street
Dublin
D02 VX67
IE
NUTS code:  IE -  IRELAND

The contractor is an SME : no
Staveley & Partners
3 Marine Terrace, Dun Laoghaire
Dublin
IE
NUTS code:  IE -  IRELAND

The contractor is an SME : no
V.2.4)

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

Total value of the contract/lot:  4239400.00  EUR

Section VI: Complementary information

VI.3)

Additional information

The successful Tenderers entered 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