Contract notice

Information

Published

Date of dispatch of this notice: 09/08/2022

Expire date: 03/10/2022

External Reference: 2022-215962

TED Reference: 2022/S 155-438927

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: 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=214825&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

TII323 (Framework for Lots A, B and C)
Reference number:  High Speed Road Pavement Renewal 2022
II.1.2)

Main CPV code

45233223  -  Carriageway resurfacing works
II.1.3)

Type of contract

Works
II.1.4)

Short description

The works are split into three separate Lots to undertake pavement renewals and ancillary works on motorway, single and dual carriageway sections of the national road network in the Republic Of Ireland. The Lots are:
1. LOT A The first region (Network A) includes the Greater Dublin area and is approximately 160km in length including parts of the N/M1, N/M2, N/M3, N/M4, N/M7, M9 and N/M11.
2. LOT B The second region (Network B) includes the Midlands/West of the country with approximately 256km of carriageway and includes parts of the N/M4, N/M6, M7, N/M18, N19, M20 and N85.
3. LOT C The third region (Network C) includes the south and south east and is approximately 328km in length and includes parts of the M7, M8, M9, N10, N20, N22, N24, N25, N28 and N40
The works contained in each Lot comprise pavement renewals and ancillary works phased over 48 months.
II.1.5)

Estimated total value

Value excluding VAT: 120000000.00  EUR
II.1.6)

Information about lots

This contract is divided into lots: yes
Tenders may be submitted for  all lots
II.2)

Description

II.2.1)

Title

TII323_Lot A - includes the Greater Dublin area
Lot No:  1
II.2.2)

Additional CPV code(s)

45233100  -  Construction work for highways, roads
45233222  -  Paving and asphalting works
II.2.3)

Place of performance

NUTS code:  IE0 -  IRELAND
Main site or place of performance:  
Throughout Ireland in region detailed below
II.2.4)

Description of the procurement

Pavement renewals and ancillary works on sections of motorway and dual carriageway phased over 48 months.
LOT A
The first region (Network A) includes the Greater Dublin area and eastern seaboard area. It is approximately 173km of core network length including parts of the M50, N/M1, N/M2, N/M3, N/M4, N/M7, M9 and N/M11 in addition to 28kms of tasked maintenance areas.
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: 48000000.00  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
II.2)

Description

II.2.1)

Title

TII323_Lot B - includes the Midlands/West of Ireland
Lot No:  2
II.2.2)

Additional CPV code(s)

45233100  -  Construction work for highways, roads
45233222  -  Paving and asphalting works
II.2.3)

Place of performance

NUTS code:  IE0 -  IRELAND
NUTS code:  IE -  IRELAND
Main site or place of performance:  
Throughout Ireland in Region detailed below
II.2.4)

Description of the procurement

Pavement renewals and ancillary works on sections of motorway and dual carriageway phased over 48 months.
LOT B
The second region (Network B) includes the Midlands/West of the country with approximately 257km of core network length carriageway and includes parts of the N/M4, N/M6, M7, N/M18, N19, N/M20 and N85, in addition to 34kms of tasked maintenance areas.
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: 36000000.00  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
II.2)

Description

II.2.1)

Title

TII323_LotC - Includes the south and south east of Ireland
Lot No:  3
II.2.2)

Additional CPV code(s)

45233100  -  Construction work for highways, roads
45233222  -  Paving and asphalting works
II.2.3)

Place of performance

NUTS code:  IE0 -  IRELAND
Main site or place of performance:  
Throughout Ireland in regions detailed below
II.2.4)

Description of the procurement

Pavement renewals and ancillary works on sections of motorway and dual carriageway phased over 48 months.
LOT C
The third region (Network C) includes the south and south east and is approximately 330km of core network length and includes parts of the M7, M8, M9, N10, N/M20, N22, N24, N25, N28, N40 and N71, in addition to 9kms of tasked maintenance areas.
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: 36000000.00  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.1.2)

Economic and financial standing

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

Technical and professional ability

List and brief description of selection criteria:  
See tender documents
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:  7
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:  13/09/2022
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

Tender must be valid until:  06/03/2023
IV.2.7)

Conditions for opening of tenders

Date:  13/09/2022
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:  
Circa 4 years after the award of the framework arising from this competition
VI.3)

Additional information

TII will not be liable for any participant’s costs arising in connection with participating in the
competition, irrespective of the outcome of the competition, or if the competition is cancelled or postponed.
- TII has the right at any time and without notice to:
(i) terminate the competition (or part of it);
(ii) change the competition’s basis or procedures;
(iii) procure the contract by other means,
(iv) negotiate with one or more parties at any time;
(v) reject any, or all, of the applications/tenders;
(vi) not furnish a candidate or tenderer with additional information
or to do any combination of the foregoing or anything else deemed appropriate. In no instance will TII be required to give any reason for any alteration or termination of the
process.
- If any past or future contracts or other documents are summarised or described in this document, or in other information given to Candidates, the summary or description must not be taken as comprehensive, or as a substitute for reading the contract or other document itself when it becomes available.
- Award of contract will be subject to the approval of the competent authorities.
- Award of contract may be subject to successful interview.
- Interested parties are advised that TII is subject to the Freedom of Information Act 2014
(together with other legislation governing access to information) . If a candidate/tenderer considers that any information supplied as part of this procurement procedure should not be disclosed because of its commercial sensitivity, confidentiality or otherwise, they must, when providing this information, clearly identify the specific information they do not wish to be disclosed and clearly specify the reasons for its sensitivity. Please note, it is not sufficient to include a statement of confidentiality encompassing all the information provided in the response.
- Tender Documents are on the
etenders Website at http://www.etenders.gov.ie.
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