Contract notice

Information

Published

Date of dispatch of this notice: 17/04/2019

Expire date: 14/06/2019

External Reference: 2019-220761

TED Reference: 2019/S 078-186953

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: Micheal O'Connor
Telephone: +353 16463692
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=145813&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

Road Safety Technical Consultancy Services Framework
Reference number:  TII184
II.1.2)

Main CPV code

71311210  -  Highways consultancy services
II.1.3)

Type of contract

Services
II.1.4)

Short description

Framework Agreement for Road Safety Technical Services with Local Authorities and with Transport Infrastructure Ireland acting as Client Lot 1 to 3 :
• Lot 1 – Road Safety Technical Services for the Design of Road Safety Schemes,
• Lot 2a,b,c,d – Road Safety Technical Services for the Delivery of Road Safety Inspections
• Lot 3 – Technical Services in relation to the delivery of Health and Safety and Traffic Management Site Inspections
All lots will be for an initial period of 24 months with an option to extend for an additional 24 months.
An information day will take place on Thursday 25th April at 10.30am in TII's offices in Parkgate Street. Full details in the tender documents.
II.1.5)

Estimated total value

Value excluding VAT: 10800000.00  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

Lot 1 – Road Safety Technical Services for the Design of Road Safety Schemes
Lot No:  1
II.2.2)

Additional CPV code(s)

71317200  -  Health and safety services
71317210  -  Health and safety consultancy services
71631480  -  Road-inspection services
79415200  -  Design consultancy services
79417000  -  Safety consultancy services
II.2.3)

Place of performance

Main site or place of performance:  
Dublin 8
II.2.4)

Description of the procurement

TII will act as a central purchasing body in respect of a multi party framework agreement(6 Technical Advisors) for the provision of technical services for delivery of safety specific works which are funded by TII, together with any ancillary services which may be inferred there from or be necessary to carry out the service.
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: 24
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

It is estimated that the spend under Lot 1 could be in a range of between 2-5 million over 4 years.
II.2)

Description

II.2.1)

Title

Lot 2a -Road Safety Technical Services for Road Safety Inspections – Western Region
Lot No:  2a
II.2.2)

Additional CPV code(s)

71317200  -  Health and safety services
71317210  -  Health and safety consultancy services
71631480  -  Road-inspection services
79415200  -  Design consultancy services
79417000  -  Safety consultancy services
II.2.3)

Place of performance

Main site or place of performance:  
Dublin 8
II.2.4)

Description of the procurement

Provision of technical services for delivery of Road Safety Inspections for the Western Region together with any ancillary services which may be inferred there from or be necessary to carry out the service.
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: 1250000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24
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

It is estimated that the spend under Lot 2a could be in a range of between €250,000 to €1,250,000 over 4 years.
II.2)

Description

II.2.1)

Title

Lot 2b -Road Safety Technical Services for Road Safety Inspections – Northern Region
Lot No:  2b
II.2.2)

Additional CPV code(s)

71317200  -  Health and safety services
71317210  -  Health and safety consultancy services
71631480  -  Road-inspection services
79415200  -  Design consultancy services
79417000  -  Safety consultancy services
II.2.3)

Place of performance

Main site or place of performance:  
Dublin 8
II.2.4)

Description of the procurement

Provision of technical services for delivery of Road Safety Inspections for the Northern Region together with any ancillary services which may be inferred there from or be necessary to carry out the service.
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: 1250000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24
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

It is estimated that the spend under Lot 2b could be in a range of between €250,000 to €1,250,000 over 4 years.
II.2)

Description

II.2.1)

Title

Lot 2c - Road Safety Technical Services Road Safety Inspections - South East & Dublin Region
Lot No:  2c
II.2.2)

Additional CPV code(s)

71317200  -  Health and safety services
71317210  -  Health and safety consultancy services
71631480  -  Road-inspection services
79415200  -  Design consultancy services
79417000  -  Safety consultancy services
II.2.3)

Place of performance

Main site or place of performance:  
Dublin 8
II.2.4)

Description of the procurement

Provision of technical services for delivery of Road Safety Inspections for the South East and Dublin Region together with any ancillary services which may be inferred there from or be necessary to carry out the service.
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: 1250000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24
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

It is estimated that the spend under Lot 2c could be in a range of between €250,000 to €1,250,000 over 4 years.
II.2)

Description

II.2.1)

Title

Lot 2d - Road Safety Technical Services Road Safety Inspections - South West Region
Lot No:  2d
II.2.2)

Additional CPV code(s)

71317200  -  Health and safety services
71317210  -  Health and safety consultancy services
71631480  -  Road-inspection services
79415200  -  Design consultancy services
79417000  -  Safety consultancy services
II.2.3)

Place of performance

Main site or place of performance:  
Dublin 8
II.2.4)

Description of the procurement

Provision of technical services for delivery of Road Safety Inspections for the South West Region together with any ancillary services which may be inferred there from or be necessary to carry out the service.
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: 1250000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24
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

It is estimated that the spend under Lot 2d could be in a range of between €250,000 to €1,250,000 over 4 years.
II.2)

Description

II.2.1)

Title

Lot 3 – Technical Services for the Delivery of Health & Safety & Traffic Management Site Inspections
Lot No:  3
II.2.2)

Additional CPV code(s)

71317200  -  Health and safety services
71317210  -  Health and safety consultancy services
71631480  -  Road-inspection services
79415200  -  Design consultancy services
79417000  -  Safety consultancy services
II.2.3)

Place of performance

Main site or place of performance:  
Dublin 8
II.2.4)

Description of the procurement

The Contracting Authority (TII) requires the services of Consultants to carry out Health and Safety Site Inspections on major TII sites and on traffic management sites on TII roads.
The Authority has a need for the services of Consulting Engineers in connection with:
• carrying out construction site visits on TII funded projects to monitor compliance with Health and Safety legislation
• carrying out site visits on TII procured projects to ensure that the guidelines applying to Temporary Safety Measures at road works are properly applied, and to record possible impacts on the safety of traffic flow.
• carrying out inspections on the paperwork of local authorities, road operators and statuary undertakers to ensure that the requirement to inspect Temporary Safety Measures at road works are applied in a consistent manner.
• carrying out random site visits of Temporary Safety Measures on projects sanctioned and / or procured by the Local Authority.
• carrying out random site visits of Statutory Undertaker/Road Operator on Temporary Safety Measures on projects under their management.
• reporting on recurring issues on site and developing advice notes to advise on such.
• corporate support with regards to occupational health and safety related issues within the TII.
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: 800000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24
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 Docs 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.2.1)

Information about a particular profession

Execution of the service is reserved to a particular profession
Reference to the relevant law, regulation or administrative provision:  
See Tender Docs for details
III.2.2)

Contract performance conditions

See Tender Docs for details

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:  6
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:  07/11/2019
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:  no
VI.3)

Additional information

TII are not liable for Tenderers' costs arising in connection with the competition, irrespective of the outcome of the competition, nor if the competition is cancelled or postponed.
TII have 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 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 tenderers, 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 contracts will be subject to the approval of the competent authorities.
- Award of Contracts may be subject to successful interview.
- Tenderers are advised that TII are subject to the Freedom of Information Acts 1997 and 2003 (as amended). If a candidate 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.
VI.4)

Procedures for review

VI.4.1)

Review body

High Court of Ireland
Four Courts
Dublin
D7
IE
Internet address: www.courts.ie