Contract notice

Information

Published

Date of dispatch of this notice: 14/05/2021

Expire date: 12/07/2021

External Reference: 2021-244469

TED Reference: 2021/S 096-250163

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
NUTS code:  IE -  IRELAND
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=181816&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

Framework Agreement for Supply & Installation of ITS Equipment
Reference number:  TII250
II.1.2)

Main CPV code

45233120  -  Road construction works
II.1.3)

Type of contract

Works
II.1.4)

Short description

Transport Infrastructure Ireland wishes to procure contractors to a Multi Party Framework for the Supply and Installation (or supply only) of ITS (Intelligent Transport Systems) equipment including but not limited to:
 Variable Message Signs
 Automatic Number Plate Recognition Systems
 Variable Speed Limits and Lane Control Systems
 IP CCTV Cameras
 Over-height Vehicle Detection Systems
 Automated Vehicle Barriers
 Emergency Road-Side Telephones
 Ancillary and supporting systems
 C-ITS On-board units
 C-ITS Road-Side Units
 LED Road Studs
 Traffic Signals
 Optic Fibre & associated ancillary equipment
 Weather monitoring technology
 Bluetooth & WiFi vehicle monitoring technology
 Wireless Communication
II.1.5)

Estimated total value

Value excluding VAT: 25000000.00  EUR
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

34923000  -  Road traffic-control equipment
34924000  -  Variable message signs
48000000  -  Software package and information systems
60112000  -  Public road transport services
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
Main site or place of performance:  
Throughout the Republic of Ireland
II.2.4)

Description of the procurement

Transport Infrastructure Ireland wishes to procure contractors to a Multi Party Framework for the Supply and Installation (or supply only) of ITS (Intelligent Transport Systems) equipment.
The full details of the works requirements for this procurement are outlined in Volume A of the tender documents. The works detailed will be completed at Various National Primary and Secondary Routes which are to be outlined in Call-off contracts issued during the duration of the Framework Agreement.
For individual projects which the Employer chooses to procure under the Framework Agreement, Call-off contracts will be entered into by individual contractors and the Employer on the basis of a bespoke form of Contract (for Supply) and/or on the basis of PW-CF3, PW-CF5, or PW-CF6 forms of Contract (for Works).
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: 25000000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 60
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:  5
In the case of framework agreements, provide justification for any duration exceeding 4 years:  The 5 year term (3+1+1) approach provides a balance of reducing costs of re-bidding to both TII and suppliers while ensuring flexibility and control to TII.
The contracting authority will still retain the right to terminate the agreement at any point and it is the intention of TII to review tendered supply prices at scheduled internals to ensure TII are achieving value.
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:  28/06/2021
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 : 9  (from the date stated for receipt of tender)
IV.2.7)

Conditions for opening of tenders

Date:  28/06/2021
Local time:  12:00

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  yes
Estimated timing for further notices to be published:  
Q1 2026
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 €25m is calculated at circa €5m times 5 years.
The estimate is based on historical records and certain assumptions for the next 5 years. The estimate is based on awarding numerous call-offs over the duration of the framework.
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.
VI.4.4)

Service from which information about the review procedure may be obtained

Central Office of the High Court
Four Courts, Dublin 7
Dublin
IE