Contract notice

Information

Published

Date of dispatch of this notice: 15/05/2023

Expire date: 24/07/2023

External Reference: 2023-273991

TED Reference: 2023/S 096-302057

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: Michael Walls
Telephone: +353 011111111
NUTS code:  IE -  IRELAND
Internet address(es):
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=241851&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

Red Cow Bus Interchange - Specialist Subcontract
Reference number:  TII361
II.1.2)

Main CPV code

45220000  -  Engineering works and construction works
II.1.3)

Type of contract

Works
II.1.4)

Short description

The existing Red Cow Luas stop, park and ride and bus interchange facility, located adjacent to the intersection of the M50 and N7, provides passenger transport and interchange services.
The proposed new bus interchange consists of the provision of 9 new sawtooth type bus bays, bus shelters, waiting rooms, overhead canopies, a bicycle building, a driver welfare building and electrical substation.
TII wish to appoint a specialist contractor to design, manufacture and install the specialist canopies, waiting rooms, bus shelters and totems. All other works, including all necessary design skills other than the specialist steel and glass work, to enable completion of the Specialist’s design, form part of the Main Contract (separate tender). The Specialist will design the specialist steel and glass work, and will co-ordinate the work of other designers where it impacts on the design of the specialist steel and glass work. The appointed Specialist will be novated into the Main Contract.
II.1.5)

Estimated total value

Value excluding VAT: 6500000.00  EUR
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

71000000  -  Architectural, construction, engineering and inspection services
71300000  -  Engineering services
71500000  -  Construction-related services
71320000  -  Engineering design services
45262000  -  Special trade construction works other than roof works
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
Main site or place of performance:  
Dublin 22
II.2.4)

Description of the procurement

The existing Red Cow Luas stop, park and ride and bus interchange facility, located adjacent to the intersection of the M50 and N7, provides passenger transport and interchange services. To provide efficient services and meet future transport demands, the existing bus interchange facility and transport links require redevelopment in order to optimise passenger experience and facilitate enhanced bus services. In particular, the development is proposed to facilitate the broader Bus Connects public transport programme.
The proposed new bus interchange consists of the provision of 9 new sawtooth type bus bays, bus shelters, waiting rooms, overhead canopies, a bicycle building, a driver welfare building and an electrical substation. A new carriageway arrangement for bus access and circulation will be provided whilst a reconfiguration of the western car park layout is also required to allow for provision of taxi and drop off facilities. The works also include minor realignment of the park and ride access road.
TII wish to appoint a specialist contractor who will design, manufacture and install the specialist canopies, waiting rooms, bus shelters and totems. All other works form part of the Main Contract. Specifically, the Specialist will design the specialist steel and glass work, and will co-ordinate the work of other designers where it impacts on the design of the specialist canopies, waiting rooms, bus shelters and totems. The Main Contractor (to be appointed by separate tender) will provide all necessary design skills other than the specialist steel and glass work, to enable completion of the Specialist’s design. The appointed Specialist will
be novated into the Main Contract.
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: 6500000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Start: 01/08/2023  /  End: 31/03/2025
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

Tenderers will need to register on the etenders
government website to download the 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:  Please see eESPD / ITT for details.
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.2.2)

Contract performance conditions

Please see ITT for details.

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:  10/07/2023
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:  10/07/2023
Local time:  12:00

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.3)

Additional information

The estimated budget value €6.5M(excluding VAT) is an estimated budget cost only.
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.4.4)

Service from which information about the review procedure may be obtained

Central Office of the High Court
Four Courts
Dublin 7
IE
Telephone: +353 18886511
Fax: +353 18886125
Internet address: http://www.courts.ie