Contract notice

Information

Published

Date of dispatch of this notice: 29/04/2019

Expire date: 07/06/2019

External Reference: 2019-269518

TED Reference: 2019/S 085-203832

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: Paula Lillis
Telephone: +353 016463475
Internet address(es):
Main address: www.tii.ie

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=145650&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

Commercial Framework
Reference number:  TII190
II.1.2)

Main CPV code

71322100  -  Quantity surveying services for civil engineering works
II.1.3)

Type of contract

Services
II.1.4)

Short description

Transport Infrastructure Ireland (TII) wish to set up a Single Party framework for the provision when required of quantity surveying, management of programmes, risk management, value management and other related services in relation to national roads programmes and public transport projects.
II.1.5)

Estimated total value

Value excluding VAT: 5000000.00  EUR
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

71324000  -  Quantity surveying services
II.2.3)

Place of performance

Main site or place of performance:  
Nationwide
II.2.4)

Description of the procurement

TII is procuring on its own behalf, and on behalf of a number of local authorities a Single Party Framework for when needed the Provision of Commercial Services, Quantity Surveying, Programme, Risk and Value Management Services. The Services that may be required are in three broad categories as follows:
(i) Quantity Surveying Services:
Projects-focused services such as: quantities take-off and auditing; preparation, reviewing and benchmarking of construction, acquisition, network operation, routine maintenance and capital intervention cost estimates; drafting project cost management manuals, guidelines and reporting templates; analysing final accounts; updating of the Transport Infrastructure Ireland Method of Measurement for Roadworks, independent arithmetic checks of tender prices; preparation of cost databases; undertaking or reviewing various value-for money analyses; valuing variation orders; giving advice on cost management policy; ensuring compliance with relevant government cost management and value for policy and guidelines; any other related services.
(ii) Management of Programmes Services:
Programme-management-level services such as: supporting programme/portfolio management offices; reviewing/updating prgramme management processes/guidelines; enabling new programme management capabilities within client organisations including performance metrics; programme/portfolio lifecycle management processes - initiation, justification, mapping, investment appraisal (attractiveness, achievability, affordability, investment strategy), portfolio balancing/prioritisation, managing programmes in flight, stakeholder management, benefits realisation, ex-ante/ex-post reviews and manage feedback loops; consolidating projects into portfolios and portfolios into master programmes using suitable software; forecasting current and future years programme/projects expenditure; capital investment scenarios analysis; extracting data from various databases to spreadsheets for further analysis; ensuring compliance with relevant government policy /guidelines; any other related services.
(iii) Risk and Value Management Services
Risk and value management services such as: supporting programme/project management offices to manage projects and programmes lifecycle risks; developing programmes/projects risk and value management policy, guidelines and methodologies; audit the application of risk management during the various implementation stages of programmes/projects; planning for, and facilitating risk and value management workshops and reporting deliberations therein and their outcomes; using the right methodologies to identify programmes/projects risks including planning, design, funding, procurement, construction, operation and maintenance, and capital intervention risks; undertaking quantitative and qualitative risk assessment; risk modelling and reporting using appropriate software; risk tracking and reporting; risks scenario analysis; advise on budget contingency allowances; and any other related services.
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: 5000000.00  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

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 tender documents
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

See tender documents

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 a single operator
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:  04/06/2019
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:  27/11/2019
IV.2.7)

Conditions for opening of tenders

Date:  04/06/2019
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:  
May 2023
VI.3)

Additional information

The successful Tenderer will be required to enter into a Framework Agreement with Transport Infrastructure Ireland and the relevant Local Authorities. Contracts ("Call-off Contracts") for individual projects may be entered into. The four year value of all Call-Offs is estimated to be circa €0-€5million (exclu VAT). This may vary and there is no quarantee that call-offs of such value will be awarded under the framework agreement. Clients may procure similar services in other ways.
VI.4)

Procedures for review

VI.4.1)

Review body

Central Office of the High Court
Four Courts, Inns Quay
Dublin 7
IE
Telephone: +353 18886000
Fax: +353 18730460
Internet address: www.courts.ie