Contract notice

Information

Published

Date of dispatch of this notice: 23/12/2020

Expire date: 08/03/2021

External Reference: 2020-278686

TED Reference: 2020/S 252-634527

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=179859&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

Intelligent Transport Systems - Equipment Maintenance Contract Gen.3
Reference number:  TII264
II.1.2)

Main CPV code

45233120  -  Road construction works
II.1.3)

Type of contract

Works
II.1.4)

Short description

Transport Infrastructure Ireland (TII) owns, maintains and operates a network of roadside Intelligent Transport Systems (ITS) equipment that communicates with a central control centre called the Motorway Operations Control Centre (MOCC), which is located in Dublin Tunnel.
The primary objective of this Contract is to ensure the availability of the ITS equipment for use by TII and MOCC including the communications network and the power supplies. The successful tenderer shall maintain the roadside equipment to a service level defined in the Contract.
This ITS Equipment Maintenance Contract Gen. 3 shall involve the maintenance, inspection, reporting, inventory and fault repair of ITS equipment. The Contract will include ancillary works relating to the maintenance and the provision of new and replacement ITS equipment on or around designated national and non-national routes.
II.1.5)

Estimated total value

Value excluding VAT: 35000000.00  EUR
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

34924000  -  Variable message signs
48000000  -  Software package and information systems
50200000  -  Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment
50230000  -  Repair, maintenance and associated services related to roads and other equipment
50232200  -  Traffic-signal maintenance services
60112000  -  Public road transport services
II.2.3)

Place of performance

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

Description of the procurement

This is an open competition for the procurement of a supplier to provide the services/works required under the ITS Equipment Maintenance Contract Gen. 3. The award criteria is stated in the Instruction to Tenderers. Tenderers must also satisfy the selection stage requirements as stated in the ESPD.
The scope shall involve the maintenance, inspection, reporting, inventory and fault repair of ITS equipment. The Contract will include ancillary works relating to the maintenance and the provision of new and replacement ITS equipment on or around designated national and non-national routes. The Contractor’s responsibilities in compliance with all requirements and provisions of the Contract.
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: 35000000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 60
This contract is subject to renewal: yes
Description of renewals:  
Possible two year extension at the end of the initial 5 years. At the Authorities discretion.
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:  See Tender Documents and associated ESPD that forms part of this Contract Notice.
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 Contract that forms part of the tender documentation.

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:  15/02/2021
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:  15/02/2021
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:  
Seven years from issue of this notice
VI.3)

Additional information

TII will be the contracting authority for this TII264 Contract.
TII will not be liable for any participant’s costs arising in connection with participating in the competition, irrespective of the outcome of the competition, or 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 candidate or 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 Candidates, 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 contract will be subject to the approval of statutory bodies.
- Award of contract may be subject to successful interview.
- Interested parties are advised that TII are subject to the Freedom of Information Act 2014 (together with other legislation governing access to information). If a candidate/tenderer 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.
The €35 million (excluding VAT) is an estimate only and is based on December 2020 prices. TII does not commit to any amount, any retainer 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
D7
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
D7
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: 
As referenced under 4.2.