Contract notice

Information

Published

Date of dispatch of this notice: 07/04/2023

Expire date: 30/05/2023

External Reference: 2023-293110

TED Reference: 2023/S 072-220454

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: Paul Farrelly
Telephone: +353 016463746
Fax: +353 016463401
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=238471&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

TII369
Reference number:  Bridges Term Maintenance No.4
II.1.2)

Main CPV code

45221100  -  Construction work for bridges
II.1.3)

Type of contract

Works
II.1.4)

Short description

The works described below are split into three separate lots to undertake routine maintenance of circa 1800 National Road Bridge structures in the Republic Of Ireland.
The Lots are:
1. North West Bridges Term Maintenance Contract No. 4
2. Munster Bridges Term Maintenance Contract No. 4
3. Leinster Bridges Term Maintenance Contract No. 4
The scope includes for Annual Routine Maintenance of bridge structures nationwide within a five year maintenance contract, including vegetation clearance, cleaning drainage and other maintenance of concrete, masonry and steel structures carrying and crossing national roads.
See scope document for full details.
II.1.5)

Estimated total value

Value excluding VAT: 30000000.00  EUR
II.1.6)

Information about lots

This contract is divided into lots: yes
Tenders may be submitted for  all lots
Maximum number of lots that may be awarded to one tenderer:  1
II.2)

Description

II.2.1)

Title

TII369_1_ North West Bridges Term Maintenance Contract No. 4
Lot No:  1
II.2.2)

Additional CPV code(s)

44212120  -  Structures of bridges
45221000  -  Construction work for bridges and tunnels, shafts and subways
45221111  -  Road bridge construction work
45221112  -  Railway bridge construction work
45221113  -  Footbridge construction work
45221119  -  Bridge renewal construction work
71631450  -  Bridge-inspection services
II.2.3)

Place of performance

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

Description of the procurement

The Works comprise the routine maintenance of 708 structures in year 1
on the National Road Network in Counties Cavan, Mayo, Galway,
Donegal, Leitrim, Sligo, Roscommon and Monaghan. In year 2,50no.
structures will be added to the contract in accordance with Vol. A Part
1 Table 3- structures to be added to the contract in year 2. There will
also be 8no. structures removed from the contract in accordance with
Table 4- Structures to be removed from the contract in year 2. The
routine maintenance works will be carried out each year in 2023, 2024,
2025, 2026 & 2027. (Schedule Part 1 (G)).
Non-Routine maintenance will also be required over the contract
duration. The project requires the following works to be carried out;
• Provision of Accommodation, Communications and Electric Vehicles
for the Employers Representative in accordance with appendix 1/1,
appendix 1/2 and appendix 1/3;
• Undertaking the Role of PSCS;
• Traffic management;
• Unblocking drainage and Removal of Vegetation;
• Repairing potholes and sealing pavement cracks;
• Masonry repairs;
• Concrete repair;
And other works in accordance with the Eirspan Routine Maintenance
manual
Note:
This is an open tender process for each Region/Lot. The MEAT for that Region/Lot will be awarded the Works subject to passing all selection stage requirement to the satisfaction of TII. The use of the Preference Statement will be used where necessary.
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: 12000000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 55
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)

Description

II.2.1)

Title

TII369_2_Munster Bridges Term Maintenance Contract No. 4
Lot No:  2
II.2.2)

Additional CPV code(s)

44212120  -  Structures of bridges
45221000  -  Construction work for bridges and tunnels, shafts and subways
45221111  -  Road bridge construction work
45221112  -  Railway bridge construction work
45221113  -  Footbridge construction work
45221119  -  Bridge renewal construction work
71631450  -  Bridge-inspection services
II.2.3)

Place of performance

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

Description of the procurement

The Works comprise the routine maintenance of 639 structures in year 1
on the National Road Network in Clare, Cork, Kerry, Limerick,
Tipperary and Waterford. In year 3, 11 no. structures will be added to
the contract in accordance with Table 3- structures to be added to the
contract in year 3. There will also be 3no. structures removed from the
contract in accordance with Table 4- Structures to be removed from
the contract in year 3. The routine maintenance works will be carried
out each year in 2023, 2024, 2025, 2026 & 2027. (Schedule Part 1 (G)).
Non-Routine maintenance will also be required over the contract
duration. The project requires the following works to be carried out;
• Provision of Accommodation, Communications and Electric Vehicles
for the Employers Representative in accordance with appendix 1/1,
appendix 1/2 and appendix 1/3;
• Undertaking the Role of PSCS;
• Traffic management;
• Unblocking drainage and Removal of Vegetation;
• Repairing potholes and sealing pavement cracks;
• Masonry repairs;
• Concrete repair;
And other works in accordance with the Eirspan Routine Maintenance
manual.
Note:
This is an open tender process for each Region/Lot. The MEAT for that Region/Lot will be awarded the Works subject to passing all selection stage requirement to the satisfaction of TII. The use of the Preference Statement will be used where necessary.
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: 12000000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 55
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)

Description

II.2.1)

Title

TII369_3_Leinster Bridges Term Maintenance Contract No. 4
Lot No:  3
II.2.2)

Additional CPV code(s)

44212120  -  Structures of bridges
45221000  -  Construction work for bridges and tunnels, shafts and subways
45221111  -  Road bridge construction work
45221112  -  Railway bridge construction work
45221113  -  Footbridge construction work
45221119  -  Bridge renewal construction work
71631450  -  Bridge-inspection services
II.2.3)

Place of performance

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

Description of the procurement

The Works comprise the routine maintenance of 364 structures
on the on the National Road Network in Counties Carlow, Dun
Laoghaire Rathdown, Fingal, Kildare, Kilkenny, Longford, Louth, Laois,
Meath, Offaly, South Dublin, Westmeath, Wicklow and Wexford. The
routine maintenance works will be carried out each year in 2023, 2024,
2025, 2026 & 2027. (Schedule Part 1 (G)).
Non-Routine maintenance will also be required over the contract
duration. The project requires the following works to be carried out;
• Provision of Accommodation, Communications and Electric Vehicles
for the Employers Representative in accordance with appendix 1/1,
appendix 1/2 and appendix 1/3;
• Undertaking the Role of PSCS;
• Traffic management;
• Unblocking drainage and Removal of Vegetation;
• Repairing potholes and sealing pavement cracks;
• Masonry repairs;
• Concrete repair;
And other works in accordance with the Eirspan Routine Maintenance
manual.
Note:
This is an open tender process for each Region/Lot. The MEAT for that Region/Lot will be awarded the Works subject to passing all selection stage requirement to the satisfaction of TII. The use of the Preference Statement will be used where necessary.
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: 6000000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 55
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

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 the ESPD for Selection Requirements.
III.1.2)

Economic and financial standing

List and brief description of selection criteria:  
See the ESPD for Selection Requirements.
III.1.3)

Technical and professional ability

List and brief description of selection criteria:  
See the ESPD for Selection Requirements.
III.2)

Conditions related to the contract

III.2.2)

Contract performance conditions

See the ESPD for Selection Requirements.

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Open 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:  09/05/2023
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 : 6  (from the date stated for receipt of tender)
IV.2.7)

Conditions for opening of tenders

Date:  09/05/2023
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:  
Estimate: March 2028
VI.3)

Additional information

Tenderers should note that the figure in fields II.1.5 and II.2.6 represents the contracting authority’s best estimate of the anticipated total value, but that it is not possible to be definitive in this regard by virtue of the contracting authority’s variable demand for the relevant works (and the fact that the contracting authority does not have visibility of the successful tenderer(s)’ pricing at this stage). In that regard, Tenderers should be aware that the contracting authority reserves the right to continue to use the contract in the normal course, for works quantities that are higher than anticipated, up to a maximum value of €35,000,000 (subject always to the contracting authority’s right to make modifications to the contract which are justified by Regulation 72 of SI 284 of 2016 and that such modifications might involve exceeding the stated “maximum” value). Tenderers should also note that the estimate in fields II.1.5 and II.2.6 and the “maximum” value stated in this Additional Information field are both estimates only, and do not amount to a guarantee that any quantity of works will be purchased under the contract. The value may be significantly lower than either or both estimates (or indeed significantly higher than the figure in fields II.1.5 and II.2.6), and Tenderers should bear the variable nature of the works in mind when deciding whether to tender for this opportunity.
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