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

[NoticeContract]

[Directive201424]

[Section1]: [Ca]

I.1)

[NameAddressContact]

Transport Infrastructure Ireland (TII)
9510201H
Parkgate Business Centre, Parkgate Street
Dublin
Dublin
IE
[Contactpoint]: Paul Farrelly
[AddressPhone]: +353 016463746
[AddressEmail]: paulj.farrelly@tii.ie
[AddressFax]: +353 016463401
[Nutscode]:  IE -  IRELAND
[Internets]:
I.3)

[InfoTendering]

[AddressObtainDocs]:  
http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=238471&B=ETENDERS_SIMPLE
[AddressFurtherinfo]
[AsContactsAbove]:  
[AddressSendTendersRequest]
[AddressSendTendersRequest]
[AddressToAbove]
I.4)

[CaType]

[MaintypePublicbody]
I.5)

[Mainactivity]

[OtherActivity]:  Roads, Metro and Light Rail

[Section2]: [Object]

II.1)

[QuantityScopeContract]

II.1.1)

[TitleContract]

TII369
[Fileref]:  Bridges Term Maintenance No.4
II.1.2)

[CpvMain]

45221100  - 
II.1.3)

[TypeContract]

[Works]
II.1.4)

[DescrShort]

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)

[ValueMagnitudeEstimatedTotal]

[ValueExclVat]: 30000000.00  EUR
II.1.6)

[LotsInfo]

[DivisionLots]: [Yes]
[LotsSubmittedFor]  [LotsAll]
[LotsMaxAwarded]:  1
II.2)

[Description]

II.2.1)

[TitleContract]

TII369_1_ North West Bridges Term Maintenance Contract No. 4
[LotNumber]:  1
II.2.2)

[CpvAdditional]

44212120  - 
45221000  - 
45221111  - 
45221112  - 
45221113  - 
45221119  - 
71631450  - 
II.2.3)

[PlacePerformance]

[Nutscode]:  IE -  IRELAND
[MainsiteplaceWorksDelivery]:  
North West of Ireland
II.2.4)

[DescrProcurement]

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)

[AwardCriteria]

[AwardCriteriaDescriptive]
II.2.6)

[ValueMagnitudeEstimated]

[ValueExclVat]: 12000000.00  EUR
II.2.7)

[DurationContractFrameworkDps]

[DurationMonths]: 55
[RenewalsSubject]: [No]
II.2.10)

[VariantsInfo]

[VariantsAccepted]: [No]
II.2.11)

[OptionsInfo]

[Options]: [No]
II.2.13)

[EuProgrInfo]

[EuProgrRelated]: [No]
II.2)

[Description]

II.2.1)

[TitleContract]

TII369_2_Munster Bridges Term Maintenance Contract No. 4
[LotNumber]:  2
II.2.2)

[CpvAdditional]

44212120  - 
45221000  - 
45221111  - 
45221112  - 
45221113  - 
45221119  - 
71631450  - 
II.2.3)

[PlacePerformance]

[Nutscode]:  IE -  IRELAND
[MainsiteplaceWorksDelivery]:  
Southern Region of Ireland
II.2.4)

[DescrProcurement]

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)

[AwardCriteria]

[AwardCriteriaDescriptive]
II.2.6)

[ValueMagnitudeEstimated]

[ValueExclVat]: 12000000.00  EUR
II.2.7)

[DurationContractFrameworkDps]

[DurationMonths]: 55
[RenewalsSubject]: [No]
II.2.10)

[VariantsInfo]

[VariantsAccepted]: [No]
II.2.11)

[OptionsInfo]

[Options]: [No]
II.2.13)

[EuProgrInfo]

[EuProgrRelated]: [No]
II.2)

[Description]

II.2.1)

[TitleContract]

TII369_3_Leinster Bridges Term Maintenance Contract No. 4
[LotNumber]:  3
II.2.2)

[CpvAdditional]

44212120  - 
45221000  - 
45221111  - 
45221112  - 
45221113  - 
45221119  - 
71631450  - 
II.2.3)

[PlacePerformance]

[Nutscode]:  IE -  IRELAND
[MainsiteplaceWorksDelivery]:  
Leinster Region of Ireland
II.2.4)

[DescrProcurement]

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)

[AwardCriteria]

[AwardCriteriaDescriptive]
II.2.6)

[ValueMagnitudeEstimated]

[ValueExclVat]: 6000000.00  EUR
II.2.7)

[DurationContractFrameworkDps]

[DurationMonths]: 55
[RenewalsSubject]: [No]
II.2.10)

[VariantsInfo]

[VariantsAccepted]: [No]
II.2.11)

[OptionsInfo]

[Options]: [No]
II.2.13)

[EuProgrInfo]

[EuProgrRelated]: [No]

[Section3]: [InfoLegal]

III.1)

[ConditionsParticip]

III.1.1)

[SituationPersonalIncl]

[InfoEvaluatingRequir]:  See the ESPD for Selection Requirements.
III.1.2)

[EconomicFinancialStanding]

[InfoEvaluatingWethRequir]:  
See the ESPD for Selection Requirements.
III.1.3)

[TechnicalCapacity]

[InfoEvaluatingWethRequir]:  
See the ESPD for Selection Requirements.
III.2)

[ConditionsContract]

III.2.2)

[OtherConditions]

See the ESPD for Selection Requirements.

[Section4]: [Procedure]

IV.1)

[Description]

IV.1.1)

[TypeProcedure]

[ProctypeOpen]
IV.1.8)

[GpaInfo]

[GpaCovered] : [Yes]
IV.2)

[InfoAdmin]

IV.2.2)

[LimitReceiptTendersReqPart]

[Date]:  09/05/2023
[Time]:  12:00
IV.2.4)

[LanguagesAllowed]

[Language_EN]
IV.2.6)

[MinTimeMaintain]

[DurationMonths] : 6  ([FromStatedDate])
IV.2.7)

[OpeningConditions]

[Date]:  09/05/2023
[Time]:  12:00

[Section6]: [InfoComplement]

VI.1)

[RecurrenceInfo]

[RecurrentProcurement]:  [Yes]
[FurtherNoticesTiming]:  
Estimate: March 2028
VI.3)

[InfoAdditional]

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)

[AppealsProcedure]

VI.4.1)

[AppealsBody]

Central Office of the High Court
Four Courts
Dublin 7
IE
[AddressPhone]: +353 18886511
[AddressFax]: +353 18886125

VI.4.2)

[MediationBody]

Central Office of the High Court
Four Courts
Dublin 7
IE
[AddressPhone]: +353 18886511
[AddressFax]: +353 18886125