Contract notice

Information

Published

Date of dispatch of this notice: 28/01/2022

Expire date: 29/04/2022

External Reference: 2022-288042

TED Reference: 2022/S 023-057948

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
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.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=206275&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

TII Open Research Call 2022
Reference number:  TII309
II.1.2)

Main CPV code

73110000  -  Research services
II.1.3)

Type of contract

Services
II.1.4)

Short description

TII's Open Research Call for 2022 consists of the following projects:
Lot 1: Methodologies for the sustainable management of earthworks as a means of rehabilitating degraded peatlands and enhancing the biodiversity of peatland habitats
Lot 2: Assessment of Noise Impacts from National Roads Projects considering the World Health Organization Environmental Noise Guidelines for the European Region
Lot 3: A Review of appropriate facilities for Age Friendly Active Travel
Lot 4: Social Sustainability in the context of TII Active Travel schemes and Greenways - Empowering women to cycle
II.1.5)

Estimated total value

Value excluding VAT: 760000.00  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

Methodologies for the sustainable management of earthworks as a means of rehabilitating degraded peatlands and enhancing the biodiversity of peatland habitats
Lot No:  1
II.2.2)

Additional CPV code(s)

34996000  -  Control, safety or signalling equipment for roads
73200000  -  Research and development consultancy services
73210000  -  Research consultancy services
73300000  -  Design and execution of research and development
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
Main site or place of performance:  
Dublin 8
II.2.4)

Description of the procurement

Methodologies for the sustainable management of earthworks as a means of rehabilitating degraded peatlands and enhancing the biodiversity of peatland habitats.
TII requires the development of this technical methodology for Proposed National Roads for all a) Planning and Design project phases, namely: Phase 0 – Scope and Pre-Appraisal; Phase 1 – Concept and Feasibility; Phase 2 – Options Selection; Phase 3 – Design and Environmental Evaluation; and Phase 4 – Statutory Processes as well as b) phase 5 – Construction. An important aspect of the project is that the proposed methodology must be developed proportional to the road project lifecycle phases and is practicable for that particular phase.
The document will be well illustrated with graphics and photographs and will contain flowcharts and pro-forma forms as appropriate.
The Guidance Documentation shall be published within 18 months of the commencement of the Services.
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: 300000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 18
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)

Description

II.2.1)

Title

Assessment of Noise Impacts from National Roads Projects considering the World Health Organization Environmental Noise Guidelines for the European Region
Lot No:  2
II.2.2)

Additional CPV code(s)

34996000  -  Control, safety or signalling equipment for roads
73200000  -  Research and development consultancy services
73210000  -  Research consultancy services
73300000  -  Design and execution of research and development
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
Main site or place of performance:  
Dublin 8
II.2.4)

Description of the procurement

Transport Infrastructure Ireland now seeks to replace Guidelines for the Treatment of Noise and Vibration in National Road Schemes (2004) and Good Practice Guidance for the Treatment of Noise during the Planning of National Road Schemes with a Standards Document regulating the noise impact assessment of ‘Proposed National Roads’ (PE) (ENV).
The research will be conducted over two phases.
Phase A shall require the Contractor to complete three tasks:
• Task 1: Undertake research on the implications of both WHO ENG and the EU Action Plan for TII in developing proposed national road projects.
• Task 2: Undertake research into the most appropriate calculation methodology to be implemented on proposed national roads in Ireland with a specific emphasis on CNOSSOS-EU and CRTN (including any planned updates/amendments)
• Task 3: Undertake a literature review of national and international (with a specific focus on European) guidance, approaches, and best practice in the assessment of noise impacts on national road projects
Note: There are interdependencies between the three Phase A tasks. The Contractor shall consider and address these interdependencies when conducting research.
Upon acceptance of final Phase A deliverables by TII, Phase A shall be considered complete.
Phase B shall commence upon completion of Phase A. Phase B shall require the Contractor to complete two tasks:
• Task 4: Prepare a Standards Document regulating the noise impact assessment of Proposed National Roads for TII and shall be informed by the research findings of Phase A.
• Task 5: Complete a Whole Life Costs Analysis as part of Phase B.
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: 210000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 18
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)

Description

II.2.1)

Title

A Review of Appropriate Facilities for Age Friendly Active Travel
Lot No:  3
II.2.2)

Additional CPV code(s)

34996000  -  Control, safety or signalling equipment for roads
73200000  -  Research and development consultancy services
73210000  -  Research consultancy services
73300000  -  Design and execution of research and development
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
Main site or place of performance:  
Dublin 8
II.2.4)

Description of the procurement

The aim of the project is to identify the specific need for the design of appropriate facilities for Age Friendly Active Travel in Ireland to improve safety performance within this cohort. The scope of the research should examine all forms of active travel including pedestrians, cyclists, and the use of mobility aids and including personal powered transport (i.e., e-scoters and the like). It should identify the current design principles and standards available; any design advises gaps that exist, the current levels of use in practice among professionals and any barriers to their use. The findings of the research should provide clear conclusions and recommendations to allow for the required change is policy or standards to be made.
The research proposal should include the following:
1. Literature review.
2. Stakeholder engagement and data collection with appropriate age action committees and groups.
3. Consultation with Consultants, Local Authorities.
4. 3 to 5 Case Studies of best design practice
5. Design Workshop informed by the literature review, stakeholder engagement and the case studies. and participants Feedback.
6. Conclusions and Recommendations.
7. Final Report incorporating final versions of 1 to 6 above.
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: 100000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24
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)

Description

II.2.1)

Title

Social Sustainability in the context of TII Active Travel schemes and Greenways - Empowering women to cycle
Lot No:  4
II.2.2)

Additional CPV code(s)

34996000  -  Control, safety or signalling equipment for roads
73200000  -  Research and development consultancy services
73210000  -  Research consultancy services
73300000  -  Design and execution of research and development
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
Main site or place of performance:  
Dublin 8
II.2.4)

Description of the procurement

TII conducted the Travelling in a Woman’s Shoes study to get a better understand women's travel patterns and needs in the Irish context. The findings from this report found that women in Ireland ranked cycling as the lowest mode choice with regard to 'being safe', 'being child friendly' and with regard to 'being less stressful', time to myself' and 'I can rely on it'. The report also highlighted that only 1.8% of women cycle to work compared to 4.2% of men. During the ethnographic interviews conducted by TII as part of the 2020 study, many of the women interviewed confirmed that they would cycle more if the right conditions were in place and explained that this does not just mean having the physical infrastructure in place.
TII wishes to get a better understanding of what is required to create the right conditions to empower women to choose cycling as a desirable and feasible mode of choice and address the current data gap that exists regarding cycling patterns, needs, challenges and barriers for women in Ireland. The findings of this research will inform and influence the design and development of future Greenways and the National Cycling Network.
The research will be conducted over two phases. Phase 1 will be a literature review and discovery phase which will pull together all existing gender disaggregated data to present the current situation in Ireland and internationally and will draw comparisons.
This will be followed by Phase 2 which will involve both qualitative ethnographic research via individual interviews in addition to quantitative research via survey, and Analysis of the results and findings and the production of a final report (digital and paper formats) in a similar style and format to TII’s Travelling in a Woman’s Shoes report. A PowerPoint presentation is also required highlighting the key insights and findings from the study and will accompany the report.
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: 150000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 12
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

Selection criteria as stated in the procurement documents
III.2)

Conditions related to the contract

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Open 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.2.2)

Time limit for receipt of tenders or requests to participate

Date:  29/04/2022
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 : 6  (from the date stated for receipt of tender)
IV.2.7)

Conditions for opening of tenders

Date:  29/04/2022
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:  
Annual
VI.3)

Additional information

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.
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