Contract notice

Information

Published

Date of dispatch of this notice: 21/04/2023

Expire date: 07/06/2023

External Reference: 2023-285727

TED Reference: 2023/S 082-248865

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
Dublin
IE
Contact person: Micheal O'Connor
Telephone: +353 16463692
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=240849&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

Road Safety Technical Consultancy Services Framework
Reference number:  TII350
II.1.2)

Main CPV code

71311210  -  Highways consultancy services
II.1.3)

Type of contract

Services
II.1.4)

Short description

Framework Agreements for Safety Technical Services with Local Authorities (Lot 1) and with Transport Infrastructure Ireland acting as Client Lot 1 to 3 :
• Lot 1 – Road Safety Technical Services for the Design of Road Safety Schemes,
• Lot 2a,b,c,d,e – Road Safety Technical Services for the Delivery of Road Safety Inspections
• Lot 3 – Technical Services in relation to the delivery of Health and Safety advice and Traffic Management and Site Safety Inspections
II.1.5)

Estimated total value

Value excluding VAT: 13800000.00  EUR
II.1.6)

Information about lots

This contract is divided into lots: yes
Tenders may be submitted for  all lots
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:  
As set out in the ITT for each of the Lots
II.2)

Description

II.2.1)

Title

Lot 1 Road Safety Technical Services for the Design of Road Safety Schemes
Lot No:  1
II.2.2)

Additional CPV code(s)

71317200  -  Health and safety services
71317210  -  Health and safety consultancy services
71631480  -  Road-inspection services
79415200  -  Design consultancy services
79417000  -  Safety 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

TII will act as a central purchasing body in respect of a multi party framework agreement (5 to 6 Technical Advisors) for the provision of technical consultancy services for delivery of road safety specific works on TII funded Schemes (e.g. National Roads, cycleways and Greenways) and implemented by Local Authorities , together with any ancillary services which may be inferred there from or be necessary to carry out the service. The framework agreement includes for a multi-disciplinary team to carry out Quality Audits (including Road Safety Audits)
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: 6000000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48
This contract is subject to renewal: 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.2.14)

Additional information

It is estimated that the spend under Lot 1 could be in a range of between €2 million to €6 million over 4 years.
II.2)

Description

II.2.1)

Title

Lot 2a Road Safety Technical Services for the Delivery of Road Safety Inspections
Lot No:  2
II.2.2)

Additional CPV code(s)

71317200  -  Health and safety services
71317210  -  Health and safety consultancy services
71631480  -  Road-inspection services
79415200  -  Design consultancy services
79417000  -  Safety 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

Provision of technical services for delivery of Road Safety Inspections for the Western Region together with any ancillary services which may be inferred there from or be necessary to carry out the service.
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: 800000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48
This contract is subject to renewal: 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.2.14)

Additional information

It is estimated that the spend under Lot 2a could be in a range of between €400,000 to €800,000 over 4 years.
II.2)

Description

II.2.1)

Title

Lot 2b Road Safety Technical Services for the Delivery of Road Safety Inspections
Lot No:  3
II.2.2)

Additional CPV code(s)

71317200  -  Health and safety services
71317210  -  Health and safety consultancy services
71631480  -  Road-inspection services
79415200  -  Design consultancy services
79417000  -  Safety 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

Provision of technical services for delivery of Road Safety Inspections for the Northern Region together with any ancillary services which may be inferred there from or be necessary to carry out the service.
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: 800000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48
This contract is subject to renewal: 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.2.14)

Additional information

It is estimated that the spend under Lot 2b could be in a range of between €400,000 to €800,000 over 4 years.
II.2)

Description

II.2.1)

Title

Lot 2c Road Safety Technical Services for the Delivery of Road Safety Inspections
Lot No:  4
II.2.2)

Additional CPV code(s)

71317200  -  Health and safety services
71317210  -  Health and safety consultancy services
71631480  -  Road-inspection services
79415200  -  Design consultancy services
79417000  -  Safety 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

Provision of technical services for delivery of Road Safety Inspections for the South East and Dublin Region together with any ancillary services which may be inferred there from or be necessary to carry out the service.
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: 800000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48
This contract is subject to renewal: 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.2.14)

Additional information

It is estimated that the spend under Lot 2c could be in a range of between €400,000 to €800,000 over 4 years.
II.2)

Description

II.2.1)

Title

Lot 2d Road Safety Technical Services for the Delivery of Road Safety Inspections
Lot No:  5
II.2.2)

Additional CPV code(s)

71317200  -  Health and safety services
71317210  -  Health and safety consultancy services
71631480  -  Road-inspection services
79415200  -  Design consultancy services
79417000  -  Safety 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

Provision of technical services for delivery of Road Safety Inspections for the South West Region together with any ancillary services which may be inferred there from or be necessary to carry out the service.
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: 800000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48
This contract is subject to renewal: 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.2.14)

Additional information

It is estimated that the spend under Lot 2d could be in a range of between €400,000 to €800,000 over 4 years.
II.2)

Description

II.2.1)

Title

Lot 3 Tech Services for Health and Safety advice and Traffic Management and Site Safety Inspections
Lot No:  6
II.2.2)

Additional CPV code(s)

71317200  -  Health and safety services
71317210  -  Health and safety consultancy services
71631480  -  Road-inspection services
79415200  -  Design consultancy services
79417000  -  Safety 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

TII will act as the central purchasing body and act as the Client in respect of single-party framework agreement for the provision of technical services for the
(1) Delivery of Occupational Health and Safety advice;
(2) Temporary Traffic Management Inspections on National Roads as required by the European Road Infrastructure Safety Management Directive, and,
(3) Site safety Inspections on TII funded Schemes at construction (e.g. National Roads, cycleways and Greenways)
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: 3000000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48
This contract is subject to renewal: 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.2.14)

Additional information

It is estimated that the spend under Lot 2d could be in a range of between €1,000,000 to €3,000,000 over 4 years.

Section III: Legal, economic, financial and technical information

III.1)

Conditions for participation

III.1.2)

Economic and financial standing

List and brief description of selection criteria:  
See tender documents
III.1.3)

Technical and professional ability

List and brief description of selection criteria:  
See tender 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:  24/05/2023
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:  24/05/2023
Local time:  12:00

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.3)

Additional information

TII are not liable for Tenderers' costs arising in connection with the competition, irrespective of the outcome of the competition, nor 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 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 tenderers, 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 contracts will be subject to the approval of the competent authorities.
- Award of Contracts may be subject to successful interview.
- Tenderers are advised that TII are subject to the Freedom of Information Acts 1997 and 2003 (as amended). If a candidate 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.
Please note it is estimated that the spend under each of the following Lots could be in the range of:
Lot 1 = €2,200,000.00 to €6,000,000.00
Lot 2a = €400,000.00 to €800,000.00
Lot 2b = €400,000.00 to €800,000.00
Lot 2c = €400,000.00 to €800,000.00
Lot 2d = €400,000.00 to €800,000.00
Lot 2e = €0 to €1,600,000.00
Lot 3 = €1,200,000 to €3,000,000
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