Contract notice

Information

Published

Date of dispatch of this notice: 28/08/2019

Expire date: 07/10/2019

External Reference: 2019-219000

TED Reference: 2019/S 168-411028

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: Paul Farrelly
Telephone: +353 016463746
Fax: +353 016463401
Internet address(es):
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=152784&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

TII195 - Technical Consultancy Services Framework for implementing Eirspan bridge management on Motorway and National Road bridges
Reference number:  TII195 Eirspan Bridge management
II.1.2)

Main CPV code

71311000  -  Civil engineering consultancy services
II.1.3)

Type of contract

Services
II.1.4)

Short description

Technical Consultancy Services include for the following in the various Lots:
Lot 1- Bridge Inspections and Structural Assessments
Lot 2 - Project Design, Contract Documentation, Administration and Supervision for Bridge Repair, Rehabilitation and Strengthening Schemes.
And any other scope related services.
II.1.5)

Estimated total value

Value excluding VAT: 10000000.00  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- Bridge Inspections and Structural Assessments
Lot No:  1
II.2.2)

Additional CPV code(s)

71311000  -  Civil engineering consultancy services
II.2.3)

Place of performance

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

Description of the procurement

Technical Consultancy Services include for the following in the various Lots:
Lot 1- Bridge Inspections and Structural Assessments
The following Services may be required pursuant to the Framework Agreement:-
-Undertaking inventory gathering, principal inspections , special inspections and structural assessment of motorway & national road structures in accordance with the Eirspan Business Management.
-Further details on service required under this lot are provided in ITT Appendix 3
Additional general engineering consultancy services may also be required from time to time.
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: 10000000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 36
This contract is subject to renewal: yes
Description of renewals:  
The Authority reserves the right to extent the duration by one additional year over and above the 36 month period.
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

Note, the estimated value of €10,000,000 includes for both Lot 1 and Lot 2 over the envisaged four year duration of the Frameworks. The estimate is based on assumptions, notional hours and information to hand. TII does not commit to any amount and all subsequent Call-Offs from either Framework are subject to approval.
II.2)

Description

II.2.1)

Title

Lot 2 - Design, Contract Documentation, Administration and Supervision of Structure Repair, Rehabilitation and Strengthening Schemes
Lot No:  2
II.2.2)

Additional CPV code(s)

71311000  -  Civil engineering consultancy services
71311100  -  Civil engineering support services
71322000  -  Engineering design services for the construction of civil engineering works
II.2.3)

Place of performance

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

Description of the procurement

Lot 2 - Design, Contract Documentation, Administration and Supervision of Bridge Repair, Rehabilitation and Strengthening Schemes
All or part of the following services may be required in respect of projects funded by the TII, together with any ancillary services which may be inferred therefrom or be necessary to carry out the services listed below:
The following Services may be required pursuant to the Framework Agreement:-
- Structural design, tender document preparation,contract administration, health & safety PDSP services,contract supervision & financial administration of projects involving the management of structures on motorways and national roads.
-Further details of services required under this lot are provided in the ITT appendix 3.
Additional general engineering consultancy services may also be required from time to time.
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: 10000000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 36
This contract is subject to renewal: yes
Description of renewals:  
The Authority reserves the right to extent the duration by one additional year over and above the 36 month period.
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

Note, the estimated value of €10,000,000 includes for both Lot 1 and Lot 2 over the envisaged four year duration of the Frameworks. The estimate is based on assumptions, notional hours and information to hand. TII does not commit to any amount and all subsequent Call-Offs from either Framework are subject to approval.

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:  N/A
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.2.3)

Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract

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:  7
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:  07/10/2019
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

Duration in months : 6  (from the date stated for receipt of tender)
IV.2.7)

Conditions for opening of tenders

Date:  07/10/2019
Local time:  12:00
Place:  
Parkgate Street.

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  yes
Estimated timing for further notices to be published:  
3.5 - 4 years from Date of this Contract Notice.
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.4.3)

Review procedure

Precise information on deadline(s) for review procedures: 
Central Office of the High Court