Contract notice

Information

Published

Date of dispatch of this notice: 11/03/2022

Expire date: 13/04/2022

External Reference: 2022-207088

TED Reference: 2022/S 053-138421

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: Patrick Larragy
Telephone: +353 6463774
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=209068&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

High Speed Mobile Retro-reflectivity survey 2022 - 2025
Reference number:  TII313
II.1.2)

Main CPV code

71250000  -  Architectural, engineering and surveying services
II.1.3)

Type of contract

Services
II.1.4)

Short description

Transport Infrastructure Ireland requires a service provider to carry out a National Delineation Performance Survey in the Republic of Ireland in 2022 & in 2023. The initial purpose is to carry out a mobile retro-reflectivity & condition survey of the centre line/lane lines/ one edge line within a specified 12 week delivery period in 2022 . An internet based interactive cloud system with graphical mapping/video/report repository tool is also to be supplied and serviced. As part of this contract, the winning contractor will also be required to complete a 2nd round of surveys in 2023. The initial 24 month contract period is to encompass the 2022 & 2023 surveys. Further 2 x 12 month extension periods may be exercised at the discretion of TII to cover further surveys in 2024 & 2025
II.1.5)

Estimated total value

Value excluding VAT: 700000.00  EUR
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

38561100  -  Speed indicators for vehicles
38571000  -  Speed limiters
71353000  -  Surface surveying services
79311000  -  Survey services
II.2.3)

Place of performance

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

Description of the procurement

Transport Infrastructure Ireland requires a service provider to carry out a National Delineation Performance Survey in the Republic of Ireland. The purpose is to carry out a mobile retro-reflectivity & condition survey of the centre line/lane lines/ one edge line within 12 weeks. An internet based interactive cloud system with graphical mapping/video/report repository tool is also to be supplied and serviced. As part of this contract the contractor will also be required to complete a 2nd round
of surveys in 2023. The initial 24 months contract period is to encompass the
2022 & 2023 surveys.
TII reserves the right to extend the Term for a period or periods of up to 12
months with a maximum of 2 such extension or extensions on the same terms
and conditions to cover further possible surveys in 2024 & 2025.
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: 700000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48
This contract is subject to renewal: yes
Description of renewals:  
This initial contract term is 24 months.
TII reserves the right to extend the Term for a period or periods of up to 12
months with a maximum of 2 such extension or extensions on the same terms
and conditions to cover further possible surveys in 2024 & 2025.
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.2.14)

Additional information

Tenderers will need to register on the etenders
government website to download tender documents

Section III: Legal, economic, financial and technical information

III.1)

Conditions for participation

III.1.1)

Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:  See European Single Procurement Document (ESPD)
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

III.2.3)

Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing 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:  13/04/2022
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

Tender must be valid until:  13/10/2022
IV.2.7)

Conditions for opening of tenders

Date:  13/04/2022
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:  
4 years
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. Please note, it is not
sufficient to include a statement of confidentiality encompassing all the
information provided in the response.
- An RFT and ESPD are available on the etenders Website at
http://www.etenders.gov.ie. Interested parties wishing to participate should
ensure that the ESPD, supporting documents, and Criterion Responses
relating to the tender are completed and returned in accordance with the
requirements set out in the RFT.
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