Contract award notice

Information

Published

Date of dispatch of this notice: 25/01/2022

External Reference: 2022-289653

TED Reference: 2022/S 020-045836

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: Patrick Larragy
Telephone: +353 6463774
NUTS code:  IE -  IRELAND
Internet address(es):
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

Framework Agreement for Supply & Installation of ITS Equipment
Reference number:  TII250
II.1.2)

Main CPV code

45233120  -  Road construction works
II.1.3)

Type of contract

Works
II.1.4)

Short description

This is an Award Notice only.
Transport Infrastructure Ireland has procured the listed contractors in this notice to a Multi Party Framework for the Supply and Installation (or supply only) of ITS (Intelligent Transport Systems) equipment including but not limited to:
 Variable Message Signs
 Automatic Number Plate Recognition Systems
 Variable Speed Limits and Lane Control Systems
 IP CCTV Cameras
 Over-height Vehicle Detection Systems
 Automated Vehicle Barriers
 Emergency Road-Side Telephones
 Ancillary and supporting systems
 C-ITS On-board units
 C-ITS Road-Side Units
 LED Road Studs
 Traffic Signals
 Optic Fibre & associated ancillary equipment
 Weather monitoring technology
 Bluetooth & WiFi vehicle monitoring technology
 Wireless Communication
II.1.6)

Information about lots

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

Total value of the procurement

Value excluding VAT:  25000000.00  EUR
II.2)

Description

II.2.2)

Additional CPV code(s)

34923000  -  Road traffic-control equipment
34924000  -  Variable message signs
48000000  -  Software package and information systems
60112000  -  Public road transport services
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
Main site or place of performance:  
Throughout the Republic of Ireland
II.2.4)

Description of the procurement

Transport Infrastructure Ireland has procured the listed contractors in this notice to a Multi Party Framework for the Supply and Installation (or supply only) of ITS (Intelligent Transport Systems) equipment.
The full details of the works requirements for this procurement were outlined in Volume A of the tender documents. The works detailed will be completed at Various National Primary and Secondary Routes which are to be outlined in Call-off contracts issued during the duration of the Framework Agreement.
For individual projects which the Employer chooses to procure under the Framework Agreement, Call-off contracts will be entered into by individual contractors and the Employer on the basis of a bespoke form of Contract (for Supply) and/or on the basis of PW-CF3, PW-CF5, or PW-CF6 forms of Contract (for Works).
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Quality  /  Weighting:  700
Price  -  Weighting:  300
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: 2021/S 096-250163

Section V: Award of contract

Contract No: 1

Title: Framework Agreement for Supply & Installation of ITS Equipment

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

Award of contract

V.2.1)

Date of conclusion of the contract

20/12/2021
V.2.2)

Information about tenders

Number of tenders received:  4
Number of tenders received from SMEs:  2
Number of tenders received from tenderers from other EU Member States:  2
Number of tenders received from tenderers from non-EU Member States:  2
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

Dynniq UK Ltd
1490333
Hazelwood House, Lime Tree Way, Chineham Business Basingstoke
Hampshire
RG24 8WZ
UK
Telephone: +44 01618682040
Fax: +44 01618682041
NUTS code:  UK -  UNITED KINGDOM

The contractor is an SME : no
Electro Automation
99871
EA House, Damastown Industrial Park
Mulhuddart
IE
Telephone: +353 18246666
NUTS code:  IE -  IRELAND

The contractor is an SME : yes
Elmore Group Limited
90480
Ellmore House, Kylemore Business Park, Kylemore Way
Dublin
D08 EWP2
IE
Telephone: +353 18989660
NUTS code:  IE -  IRELAND

The contractor is an SME : yes
Sociedad Iberica de Construcciones Electricas, Sociedad Anonima
FC019469
9 Greyfriars Road
Reading
RG1 1NU
UK
Telephone: +44 7771392519
NUTS code:  UK -  UNITED KINGDOM

The contractor is an SME : no
V.2.4)

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

Initial estimated total value of the contract/lot:  25000000.00  EUR
Total value of the contract/lot:  25000000.00  EUR

Section VI: Complementary information

VI.3)

Additional information

TII will be the contracting authority for this TII250 Contract. The estimated budget value (excluding VAT) is an estimate only and is based on future projections. The €25m is calculated at circa €5m times 5 years.
The estimate is based on historical records and certain assumptions for the next 5 years. The estimate is based on awarding numerous call-offs over the duration of the framework.
The budget will be subject to ongoing assessment of the assets and availability of funding.
TII does not commit to any amount, any retainer and all projects are subject to approval by the appropriate authorities.
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

VI.4.3)

Review procedure

Precise information on deadline(s) for review procedures: 
Same as above.
VI.4.4)

Service from which information about the review procedure may be obtained

Central Office of the High Court
Four Courts, Dublin 7
Dublin
IE