Contract notice

Information

Published

Date of dispatch of this notice: 05/10/2022

Expire date: 09/12/2022

External Reference: 2022-213125

TED Reference: 2022/S 195-553240

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

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=223671&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

Tolling Advisory Support Services
Reference number:  TII315
II.1.2)

Main CPV code

71356300  -  Technical support services
II.1.3)

Type of contract

Services
II.1.4)

Short description

Provision of Support services to the Road User Charging / Tolling business including Portfolio management, eflow and PPP interoperability Business As Usual operations and strategic projects including M50 Demand management / Multi point tolling and BRUCE better road user charging evaluation.
II.1.5)

Estimated total value

Value excluding VAT: 36000000.00  EUR
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

72220000  -  Systems and technical consultancy services
72250000  -  System and support services
79400000  -  Business and management consultancy and related services
79411000  -  General management consultancy services
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 invites responses to this RFT from service providers for the provision of the services, further to an agreement as set out in Appendix 3 of the RFT. In summary the services include:
Workpackage 1 : General support services
• WP1a: Portfolio management office
• WP1b: Knowledge management
Workpackage 2: Operations/BAU support services
• WP2a: M50 Eflow
• WP2b: Interoperability
Workpackage 3. Strategy and innovation support services
• WP3a: Demand Management
• WP3b: BRUCE Better road user charging evaluation
• WP3c: Dublin Port tunnel Tolling system upgrade
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: 36000000.00  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:  
option to extend by two further years
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:  11/11/2022
Local time:  11:00
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:  30/05/2023
IV.2.7)

Conditions for opening of tenders

Date:  11/11/2022
Local time:  11:00

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  yes
Estimated timing for further notices to be published:  
48 months
VI.3)

Additional information

Applicants should note that the total value of the Contract cannot be definitively estimated at this stage, and for this reason the value set out above is an estimated value only. The ultimate value of the Contract will depend on a
variety of factors, including the tendered fees and rates and the extent to which planned options, extensions or enhancements are implemented under the Contract or included within the overall scope. The actual value of the
Contract may be higher or lower. Applicants should note that the estimated total value provided does not represent guaranteed expenditure under the Contract. Applicants should also note that the Authority will not necessarily terminate the Contract purely because the spend exceeds the estimated value set out in this contract notice; the estimated total value provided with this notice shall not be a limit upon the total potential value of the Contract.
The projected value of the contract is €36,000,000 (4 years by 6 million per annum with a 2 year option to extend).
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 TII.
- 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
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
IE
Telephone: +353 18886511
Fax: +353 18886125
Internet address: http://www.courts.ie