Contract notice

Information

Published

Date of dispatch of this notice: 03/06/2020

Expire date: 13/07/2020

External Reference: 2020-294870

TED Reference: 2020/S 109-263564

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: Paul Farrelly
Telephone: +353 016463746
Fax: +353 016463401
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=167936&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

M50 Traffic Flow Optimisation (MTFO) Civil/Structural Works – J14 to M11
Reference number:  TII121
II.1.2)

Main CPV code

45200000  -  Works for complete or part construction and civil engineering work
II.1.3)

Type of contract

Works
II.1.4)

Short description

The scope of this Contract is the construction of all civil and structural works required along the M50 Motorway related to supporting the deployment of the M50 Traffic Flow Optimisation (MTFO) Civil/Structural Works – J14 to M11 ITS Equipment.
These works are under the programme for enhancing Motorway Operation Services (eMOS). The CA is committed to continuously improving the safety of its infrastructure and operations and optimising the performance of the motorway network through the provision of integrated and resilient Intelligent Transport Systems (ITS) solutions.
Details of the scope of the works involved are contained in the detailed description and in the Information Memorandum.
II.1.5)

Estimated total value

Value excluding VAT: 10000000.00  EUR
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

45233110  -  Motorway construction works
45233120  -  Road construction works
45233121  -  Main road construction works
45262400  -  Structural steel erection work
45262420  -  Structural steel erection work for structures
II.2.3)

Place of performance

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

Description of the procurement

The scope of the works include:
a) Construction of new gantries (16 No.); including cantilever gantries, half span gantries and full span gantries.,
b) Removal/demolition of existing gantries.
c) Construction of civil works, including hard standing areas, safety barriers and other ancillary works.
d) Services/utilities diversions.
e) Installation of new cabinets plinths, longitudinal and local ducting for fibre optic cabling and other ancillary works.
f) Night-time occupations/works will be required due to the risks associated with carrying out these works. Live traffic is to be maintained throughout the Works and as such work restrictions will be in place for times of day and lane closures.
Procurement Process:
These MTFO Civil/Structural Works – J14 to M11 Contract will be procured using the Restricted Procedure. Further details are contained within the Information Memorandum (IM) issued with this Contract Notice.
As part of the restricted procedure the top five ranked Applicants (4.C.1 of IM) that satisfy the requirements set out in the ESPD will be shortlisted and invited to the Award Stage.
Following the Award Stage the most economically advantageous tender (quality/price) will enter into an Employer-designed contract under the PW-CF3 conditions with the Authority.
Further details of the Award Criteria will be issued as part of the Invitation to Tender.
.
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: 10000000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 14
This contract is subject to renewal: no
II.2.9)

Information about the limits on the number of candidates to be invited

Maximum number: 5
Objective criteria for choosing the limited number of candidates:
see ESPD and Selection Criteria 4.C.1.
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

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

Restricted 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:  06/07/2020
Local time:  12:00
IV.2.3)

Estimated date of dispatch of invitations to tender or to participate to selected candidates

Date: 27/07/2020
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)

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.3)

Additional information

The estimated values associated with this notice (excluding VAT) are based on current information and scope as currently envisaged at April 2020.
The budget will be subject to ongoing assessment of the scope and other associated works.
TII does not commit to any amount, any retainer and all projects are subject to approval.
VI.4)

Procedures for review

VI.4.1)

Review body

Central Office of the High Court
Four Courts
Dublin 7
D7
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
D7
IE
Telephone: +353 18886511
Fax: +353 18886125
Internet address: http://www.courts.ie