Contract notice

Information

Published

Date of dispatch of this notice: 04/04/2023

Expire date: 15/05/2023

External Reference: 2023-297824

TED Reference: 2023/S 070-210628

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: Michael Walls
Telephone: +353 011111111
NUTS code:  IE -  IRELAND
Internet address(es):
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=235946&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

OMTTCC Second Generation
Reference number:  TII341
II.1.2)

Main CPV code

63712320  -  Tunnel operation services
II.1.3)

Type of contract

Services
II.1.4)

Short description

TII as the Contracting Authority, wishes to appoint a contractor for the provision of:
i) Operation and maintenance services for the Dublin Tunnel (DT);
ii) Operation and maintenance services for the Jack Lynch Tunnel Cork (JLT); and
iii) Operation and maintenance services for the Motorway Operations Control Centre (MOCC).
Each of these assets play a critical role in the national road network, it is vital that they are reasonably operated and maintained to a standard that does not negatively impact the national road network. As well as day-to-day maintenance and repairs, this requires the renewal, replacement and upgrade of key equipment and systems to ensure that they continue to function reliably, safely and efficiently. The MOCC and tunnels fulfil an important strategic role within the national road network and within their respective cities.
II.1.5)

Estimated total value

Value excluding VAT: 607000000.00  EUR
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

45233141  -  Road-maintenance works
50710000  -  Repair and maintenance services of electrical and mechanical building installations
63712321  -  Tunnel toll services
79941000  -  Toll-collection services
II.2.3)

Place of performance

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

Description of the procurement

TII wishes to invite expressions of interest in the Operation and Maintenance of Tunnels and Traffic Control Centre 2nd generation (OMTTCC2G) contract. The pre-qualification for the new Contract is open to all interested and qualified Contractors. Thereafter five applicants will be shortlisted and invited to participate in the Tender Stage. For the avoidance of doubt, this competition is being run under a competitive procedure with negotiation.
Overview of Scope
It is currently anticipated that the OMTTCC2G will involve the provision of services related to the:
i) Operation and maintenance services for the Dublin Tunnel (DT);
ii) Operation and maintenance services for the Jack Lynch Tunnel Cork (JLT); and
iii) Operation and maintenance services for the Motorway Operations Control Centre (MOCC).
The scope of the OMTTCC2G contract is anticipated to involve (but may not be limited to) provision of the following services:
 Operation of the tunnels & motorway control centre;
 Maintenance of the tunnel equipment and control centre systems;
 Asset management;
 Operation and maintenance of the tolling system at DT;
 Operation and maintenance of the national average speed enforcement system;
 Improvements, renewals, and upgrades to equipment and systems as instructed by TII through variations (Task Orders) and improvements; and
 The roles of Works Contractor, Project Supervisor for the Construction Stage (PSCS), Health and Safety Coordinator (HSC), Designer and Project Supervisor for the Design Process (PSDP) in accordance with the Safety, Health and Welfare at Work (Construction) Regulations.
The OMTTCC2G contract will be the second-generation contract for the operations maintenance and asset management of tunnels and the control centre on behalf of TII.
The Contract will require the Contractor to receive incumbent staff in accordance with the Transfer of Undertakings (Protection of Employment) (“TUPE”) Regulations.
Interested parties should note that the information set out in the IMPQQ document is preliminary only and will be superseded by more detailed information in the Invitation to Tender, which is to be issued to those Applicants shortlisted after assessment.
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: 607000000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 96
This contract is subject to renewal: yes
Description of renewals:  
TII reserves the right to extend the service period from 8 years by any period or succession of periods, up to a total of 16 years from the starting date of the services.
II.2.9)

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

Envisaged number of candidates: 5
Objective criteria for choosing the limited number of candidates:
Please see IMPQQ for details.
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:  Please see eESPD / IMPQQ for details.
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

III.2.2)

Contract performance conditions

Please see IMPQQ for details.

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Competitive procedure with negotiation
IV.1.5)

Information about negotiation

The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations
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: 2022/S 234-676189
IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  04/05/2023
Local time:  12:00
IV.2.3)

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

Date: 01/08/2023
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 budget value €607M(excluding VAT) is an estimate only and is based on
future possible projections for various operation and maintenance requirements. The estimated service value of the OMTTCC2G is circa €340m.The estimate is based on projected cost over the duration of the contract.
The estimated value of the services is therefore between €340m with an estimated maximum value for the contract duration at €607m. ex VAT.
TII does not commit to any amount and all projects are subject to approval by the appropriate authorities.
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.4.4)

Service from which information about the review procedure may be obtained

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