Contract notice

Information

Published

Date of dispatch of this notice: 12/02/2020

Expire date: 25/03/2020

External Reference: 2020-292675

TED Reference: 2020/S 033-076643

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
Internet address(es):
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=162356&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

Signs Programme Framework Agreement 2020
Reference number:  TII176
II.1.2)

Main CPV code

45233290  -  Installation of road signs
II.1.3)

Type of contract

Works
II.1.4)

Short description

Transport Infrastructure Ireland (the “Contracting Authority”) wishes to procure road signs and ancillary works on the National Road Network.
The best way of fulfilling the Contracting Authorities requirements is through the establishment of a framework panel. An open procurement procedure will be used to appoint a number of tenderers to the Framework Agreement ensuring the availability of a panel of suitably qualified Contractors, capable of executing and completing signage works/projects of varying sizes and degrees of complexity.
II.1.5)

Estimated total value

Value excluding VAT: 45000000.00  EUR
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

34928470  -  Signage
34992200  -  Road signs
II.2.3)

Place of performance

Main site or place of performance:  
Ireland
II.2.4)

Description of the procurement

The Framework Agreement will be set up using the open procedure in accordance with EU Directive 2014/24/EU. The successful tenderers will be awarded a place on the Framework Agreement panel and become the “Framework Participants”.
Contracts
As set out in more detail in the Framework Agreement, Contracts will be awarded following a mini-competition for Task Orders between Framework Participants who are capable of undertaking the work, using the most economically advantageous tender award criteria as detailed in the mini competition tender documents. The form of Contract to be used for the works awarded following a mini-competition for Task Orders will be either, the
• Term Maintenance and Refurbishment Works Contract or the
• Contract for Minor Building and Civil Engineering Works Designed by the Employer
• Public Works Short Form of Contract
• Other Contracts as appropriate.
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: 45000000.00  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

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

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

Technical and professional ability

List and brief description of selection criteria:  
See tender documents (ESPD)
III.2)

Conditions related to the contract

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Open procedure
IV.1.3)

Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement:  6
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:  17/03/2020
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

Duration in months : 9  (from the date stated for receipt of tender)
IV.2.7)

Conditions for opening of tenders

Date:  17/03/2020
Local time:  11:00
Place:  
Parkgate Street, Dublin.

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  yes
Estimated timing for further notices to be published:  
Q1 2024
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.4.3)

Review procedure

Precise information on deadline(s) for review procedures: 
The estimated budget value (excluding VAT) is an estimate only and is based on future projections.
The estimate is based on historical records and certain assumptions for the next 4 years. The estimate is based on awarding numerous call-offs over the duration of the framework. This will include four regional maintenance call-offs that may extend past the four year framework duration.
The budget will be subject to ongoing assessment of the assets and availability of funding.
TII does not commit to any amount, any retainer and all projects are subject to approval by the appropriate authorities.