Contract notice

Information

Published

Date of dispatch of this notice: 15/12/2015

Expire date: 15/03/2016

External Reference: 2015-667582

TED Reference: 2015/S 245-445556

Contract notice

Contract notice

Classic Sector

Directive 2004/18/EC

Services

Section I: Contracting authority

I.1)

Name, addresses and contact point(s)

Transport Infrastructure Ireland (TII)
9510201H
Parkgate Business Centre, Parkgate Street
Co.Dublin  Dublin 8
IE
For the attention of: Paula Lillis
Telephone: +353 16463600
E-mail: paula.lillis@tii.ie
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for a dynamic purchasing system) can be obtained from:The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.2)

Type of the contracting authority

Body governed by public law
I.3)

Main activity

  • Other: Roads and LIght Rail
I.4)

Contract award on behalf of other contracting authorities

The contracting authority is purchasing on behalf of other contracting authorities: no

Section II: Object of the contract

II.1)

Description

II.1.1)

Title attributed to the contract by the contracting authority:

CEDR Transnational Road Research Programme Call 2015

II.1.2)

Type of contract and location of works, place of delivery or of performance

Services
    Category No8:  Research and development services
    Main site or location of works, place of delivery or of performance:

    Dublin 8

    NUTS code
    IRELAND
    II.1.3)

    Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)

    The notice involves a public contract
    II.1.5)

    Short description of the contract or purchase(s)

    This Call for Proposals entitled CEDR Transnational Road Research Programme Call 2015 is launched by Transport Infrastructure Ireland (TII) on behalf of the Conference of European Directors of Roads (CEDR). The content of this Call for Proposals was developed by CEDR members to fulfil the common interests of various European road administrations. The participating countries are Austria, Belgium (Flanders), Denmark, Finland, Germany, Ireland, Netherlands, Norway and Sweden. TII will take on the role of Programme Manager: this will include organising the Call for Proposals, programme co-ordination, financial governance and general project management. As in previous collaborative research programmes, the participating members will establish a Programme Executive Board (PEB) made up of experts in the topics to be covered: the PEB will act as a steering committee for the programme. The Call for Proposals involves four separate research programmes. Full details of each of these programmes are provided in the attached Description of Research Needs (DoRNs). Additional information for applicants is available in the attached “Guide for Applicants”.

    II.1.6)

    Common procurement vocabulary (CPV)

    Main vocabulary
    73110000   Research services
    Supplementary vocabulary
    73000000   Research and development services and related consultancy services
    II.1.7)

    Information about Government Procurement Agreement (GPA)

    The contract is covered by the Government Procurement Agreement (GPA):  yes
    II.1.8)

    Lots

    This contract is divided into lots:  yes
    Tenders may be submitted for  one or more lots
    II.1.9)

    Information about variants

    Variants will be accepted:  no
    II.2)

    Quantity or scope of the contract

    II.2.1)

    Total quantity or scope:

    This Call for Proposals entitled CEDR Transnational Road Research Programme Call 2015 is launched by Transport Infrastructure Ireland (TII) on behalf of the Conference of European Directors of Roads (CEDR). The content of this Call for Proposals was developed by CEDR members to fulfil the common interests of various European road administrations. The participating countries are Austria, Belgium (Flanders), Denmark, Finland, Germany, Ireland, Netherlands, Norway and Sweden. TII will take on the role of Programme Manager: this will include organising the Call for Proposals, programme co-ordination, financial governance and general project management. As in previous collaborative research programmes, the participating members will establish a Programme Executive Board (PEB) made up of experts in the topics to be covered: the PEB will act as a steering committee for the programme.

    The Call for Proposals involves four separate research programmes covering the following topics:

    Lot 1 Climate Change: From Desk to Road

    Lot 2 User Needs in a Multimodal Context

    Lot 3 Freight and Logistics in a Multimodal Context

    Lot 4 Asset Information using BIM

    Full details of each of these programmes are provided in the attached Description of Research Needs (DoRNs). Additional information for applicants is available in the attached “Guide for Applicants”.

    Estimated cost excluding VAT
    Range: between  3000000  and 4000000  EUR
    II.2.2)

    Information about options

    Options: no
    II.2.3)

    Information about renewals

    This contract is subject to renewal: no
    II.3)

    Duration of the contract or time limit for completion

    Duration in months: 036 (from the award of the contract)

    Information about lots

    Lot No: 1  Lot title: Lot 1 Climate Change
    1)

    Short description:

    Research on integrating Climate Change into

    decision-making processes and implementing

    existing research into practice. The expected

    research builds on the outcomes of earlier calls in

    relation to Climate Change, in particular “Road

    Owners Getting to Grips with Climate Change” (ERA-

    NET ROAD Call 2008), Energy “Sustainability and

    Energy Efficient Management of Roads” (CEDR Call

    2011), and “Road Owners Adapting to Climate

    Change” (CEDR Call 2012)

    2)

    Common procurement vocabulary (CPV)

    Main vocabulary
    73110000   Research services
    Supplementary vocabulary
    73000000   Research and development services and related consultancy services
    3)

    Quantity or scope:

    4)

    Indication about different date for duration of contract or starting/completion

    5)

    Additional information about lots:

    Lot No: 2  Lot title: Lot 2 User Needs
    1)

    Short description:

    The aim of this research programme is to advance

    national road authorities’ understanding of transport

    users’ motives and needs for choosing different

    transport modes as well as of the impacts of

    appropriate incentives for a modal shift.

    2)

    Common procurement vocabulary (CPV)

    Main vocabulary
    73110000   Research services
    Supplementary vocabulary
    73000000   Research and development services and related consultancy services
    3)

    Quantity or scope:

    4)

    Indication about different date for duration of contract or starting/completion

    5)

    Additional information about lots:

    Lot No: 3  Lot title: Lot 3 Freight and Logistics
    1)

    Short description:

    This research programme focuses on the parameters

    that influence modal choice in freight transport. The

    aim is to provide National Road Authorities (NRAs)

    with insight into the possibilities for optimizing multi-

    modality and the impact that these might have on

    road infrastructure. The research is expected to

    produce specific tools to enable NRA to influence

    these choices.

    2)

    Common procurement vocabulary (CPV)

    Main vocabulary
    73110000   Research services
    Supplementary vocabulary
    73000000   Research and development services and related consultancy services
    3)

    Quantity or scope:

    4)

    Indication about different date for duration of contract or starting/completion

    5)

    Additional information about lots:

    Lot No: 4  Lot title: Lot 4 BIM
    1)

    Short description:

    The aim of this research programme is to improve

    interoperability within the European NRAs and its

    stakeholders by embedding the use of Building

    Information Management based on open standards

    in their Asset Management and Construction

    processes.

    2)

    Common procurement vocabulary (CPV)

    Main vocabulary
    73110000   Research services
    Supplementary vocabulary
    73000000   Research and development services and related consultancy services
    3)

    Quantity or scope:

    4)

    Indication about different date for duration of contract or starting/completion

    5)

    Additional information about lots:

    Section III: Legal, economic, financial and technical information

    III.1)

    Conditions relating to the contract

    III.1.1)

    Deposits and guarantees required:

    Refer to Guide for Applicants uploaded with tender documents

    III.1.2)

    Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them

    Refer to Guide for Applicants uploaded with tender documents

    III.1.3)

    Legal form to be taken by the group of economic operators to whom the contract is to be awarded:

    Applications must be submitted by a Project Coordinator of a consortium of a least two independent legal entities (including the coordinator) from different countries in Europe. A maximum 75% of the workload can be assigned to one partner. A project consortium agreement must be submitted with the proposal.

    III.1.4)

    Other particular conditions

    The performance of the contract is subject to particular conditions: yes
    Description of particular conditions: 

    Refer to Guide for Applicants uploaded with tender documents

    III.2)

    Conditions for participation

    III.2.1)

    Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers

    Information and formalities necessary for evaluating if the requirements are met:

    Refer to Guide of Applicants uploaded with tender documents

    III.2.2)

    Economic and financial ability

    Information and formalities necessary for evaluating if the requirements are met:

    Refer to Guide for Applicants uploaded with tender documents

    Minimum level(s) of standards possibly required:

    Refer to Guide for Applicants uploaded with tender documents

    III.2.3)

    Technical capacity

    Information and formalities necessary for evaluating if the requirements are met:

    Refer to Guide for Applicants uploaded with tender documents

    Minimum level(s) of standards possibly required:

    Refer to Guide for Applicants uploaded with tender documents

    III.3)

    Conditions specific to services contracts

    III.3.1)

    Information about a particular profession

    Execution of the service is reserved to a particular profession: no
    III.3.2)

    Staff responsible for the execution of the service

    Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no

    Section IV: Procedure

    IV.1)

    Type of procedure

    IV.1.1)

    Type of procedure

    Open
    IV.2)

    Award criteria

    IV.2.1)

    Award criteria

    The most economically advantageous tender in terms of  the criteria stated below
    1. Extent to which the proposal meets the requirement of the DoRN . Weighting 30
    2. Technical quality of proposal . Weighting 20
    3. Track record of consortium members . Weighting 20
    4. Management of project . Weighting 15
    5. Value for money . Weighting 15
    IV.2.2)

    Information about electronic auction

    An electronic auction will be used: no
    IV.3)

    Administrative information

    IV.3.1)

    File reference number attributed by the contracting authority

    TII018

    IV.3.2)

    Previous publication(s) concerning the same contract

    no
    IV.3.3)

    Conditions for obtaining specifications and additional documents or descriptive document

    Payable documents: no
    IV.3.4)

    Time limit for receipt of tenders or requests to participate

    15.03.2016 - 12:00
    IV.3.6)

    Language(s) in which tenders or requests to participate may be drawn up

    [Language_EN]
    IV.3.7)

    Minimum time frame during which the tenderer must maintain the tender

    Duration in months: 006 (from the date stated for receipt of tender)
    IV.3.8)

    Conditions for opening tenders

    Persons authorised to be present at the opening of tenders: no

    Section VI: Complementary information

    VI.1)

    Information about recurrence

    This is a recurrent procurement: no
    VI.2)

    Information about European Union funds

    The contract is related to a project and/or programme financed by European Union funds: no
    VI.3)

    Additional information:

    Submissions must be made using the templates provided and must include a draft Consortium Agreement. For each submission the templates should be renamed as “CEDR Call 2015 Application XYZ.pdf“, where XYZ is the project acronym or the coordinator‘s organisation. No template for a Consortium Agreement is provided. The Consortium Agreement must be signed by all consortium members before any contract is placed.

    VI.4)

    Procedures for appeal

    VI.4.1)

    Body responsible for appeal procedures

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

    Body responsible for mediation procedures

    Central Office of the High Court
    Four Courts
    7  Dublin
    IE
    Telephone: +353 18886511
    E-mail: highcourtcentraloffice@courts.ie
    Fax: +353 18886125
    Internet address: http://www.courts.ie
    VI.4.2)

    Lodging of appeals

    Precise information on deadline(s) for lodging appeals:
    VI.4.3)

    Service from which information about the lodging of appeals may be obtained