Contract award notice

Information

Published

Date of dispatch of this notice: 27/09/2022

External Reference: 2022-291348

TED Reference: 2022/S 189-531419

Contract award notice

Contract award notice

Results of the procurement procedure

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
IE
Contact person: Micheal O'Connor
Telephone: +353 16463692
NUTS code:  IE -  IRELAND
Internet address(es):
Main address: www.tii.ie

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

Vehicle Restraint Systems Contractor Framework
Reference number:  TII294
II.1.2)

Main CPV code

45340000  -  Fencing, railing and safety equipment installation work
II.1.3)

Type of contract

Works
II.1.4)

Short description

TII have established a new framework of VRS contractors to carry out VRS installations and repairs and associated civil works and construction of forgiving roadside solutions including reprofiling embankments, extending or redirecting drains and culverts and installation of passively safe fencing and supports on the national road network.
II.1.6)

Information about lots

This contract is divided into lots: no
II.1.7)

Total value of the procurement

Value excluding VAT:  15000000.00  EUR
II.2)

Description

II.2.2)

Additional CPV code(s)

34928300  -  Safety barriers
34928310  -  Safety fencing
34996000  -  Control, safety or signalling equipment for roads
35113300  -  Safety installations
45233100  -  Construction work for highways, roads
45233292  -  Installation of safety equipment
50230000  -  Repair, maintenance and associated services related to roads and other equipment
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
Main site or place of performance:  
nationwide
II.2.4)

Description of the procurement

TII are establishing a new framework of VRS contractors to carry out VRS installations and repairs and associated civil works and construction of forgiving roadside solutions including reprofiling embankments, extending or redirecting drains and culverts and installation of passively safe fencing and supports on the national road network to replace their current VRS contractors framework. This framework may also be used for VRS installations on all national road projects e.g., pavement overlay schemes, Eirspan projects, realignment schemes, minor national road schemes and major national road schemes, etc. The framework may also be used by Local Authorities for VRS works on non-national roads. This framework will be limited to a maximum of six contractors and will provide a nationwide service to all Local Authorities. The contract will run for a period of 36 months with the option to extend it by a further 12 months.
TII will during the course of the framework also seek to engage and award VRS term maintenance contracts. This will involve term maintenance contracts with the Employer for maintenance of VRS in a particular county, area or region. In such a scenario a call-off contract will be developed and details will be provided therein. Typical call-off contract values are estimated in the region of €300,000 (may be lower or higher) and are not likely to exceed €1,000,000. The total value of contracts per year is likely to be between €2,500,000 and €5,000,000. Call-off competitions will be prepared by TII’s VRS design consultant in conjunction with the individual Local Authorities and TII.
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Quality  /  Weighting:  70
Price  -  Weighting:  30
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

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
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.2.1)

Previous publication concerning this procedure

Notice number in the OJ S: 2021/S 172-448219

Section V: Award of contract

Contract No: 1

Title: TII Vehicle Restraint Systems Contractor Framework

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

04/07/2022
V.2.2)

Information about tenders

Number of tenders received:  6
Number of tenders received from SMEs:  5
Number of tenders received from tenderers from other EU Member States:  6
Number of tenders received from tenderers from non-EU Member States:  0
Number of tenders received by electronic means:  6
The contract has been awarded to a group of economic operators :  yes
V.2.3)

Name and address of the contractor

Colas JV
2979358EH
Unit 1G, Maynooth Business Campus
Maynooth
IE
Telephone: +353 873688089
NUTS code:  IE -  IRELAND

The contractor is an SME : no
Complete Highway Maintenance
6364682P
Unit 28, 2nd Avenue, Cookstown Industrial Estate
Tallaght
IE
Telephone: +353 014242070
NUTS code:  IE -  IRELAND

The contractor is an SME : yes
Lagan Operations & Maintenance Ltd
GB617716236
21-23 Sydenham Road
Belfast
IE
Telephone: +353 02890455531
NUTS code:  IE -  IRELAND

The contractor is an SME : yes
Motorway Care
Crofton House, Unit 5, Greenhills Industrial Estate
Walkinstown
IE
NUTS code:  IE -  IRELAND

The contractor is an SME : yes
V.2.4)

Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot:  15000000.00  EUR

Section VI: Complementary information

VI.3)

Additional information

TII is procuring this competition on its own behalf and on behalf of all road authorities in
Ireland. The Framework Agreement will be available to TII and the following local authorities:
Carlow County Council
Cavan County Council
Clare County Council
Cork County Council
Donegal County Council
Dublin County Council
Dun Laoghaire-Rathdown County Council
Fingal County Council
Galway City County Council
Galway County Council
Kerry County Council
Kildare County Council
Kilkenny County Council
Laois County Council
Leitrim County Council
Limerick City and County Council
Longford County Council
Louth County Council
Mayo County Council
Meath County Council
Monaghan County Council
Offaly County Council
Roscommon County Council
Sligo County Council
South Dublin County Council
Tipperary County Council
Waterford City and County
Westmeath County Council
Wexford County Council
Wicklow County Council
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