Object Scope of the procurement
Title: Traffic Control Equipment Maintenance and Related Services
MH-TRA-18-12
Products/services: Maintenance services of public-lighting installations and traffic lights๐ฆ
Short description: Traffic control equipment maintenance and related services.
Estimated value excluding VAT: EUR 1 250 000 ๐ฐ
1๏ธโฃ
Additional products/services: Maintenance services of public-lighting installations and traffic lights๐ฆ
Place of performance: Mid-East๐๏ธ
Description of the procurement: Traffic control equipment maintenance and related services.
Award criteria
Quality criterion (name): Methodology of the works
Quality criterion (weighting): 7.5
Quality criterion (name): Management of the works
Quality criterion (weighting): 5
Quality criterion (name): Labour
Quality criterion (weighting): 10
Quality criterion (name): Plant
Quality criterion (weighting): 12.5
Quality criterion (name): H and S and Traffic management
Quality criterion (weighting): 20
Quality criterion (name): Asset management system and fault management system
Price (weighting): 40
Scope of the procurement
Estimated total value excluding VAT: EUR 1 250 000 ๐ฐ
Duration of the contract, framework agreement or dynamic purchasing system
The time frame below is expressed in number of months.
Description
Duration: 60
Duration of the contract, framework agreement or dynamic purchasing system
This contract is subject to renewal โ Description
Description of renewals: Initially for 2 years with 3 x 1 year extensions.
Legal, economic, financial and technical information Conditions for participation
List and brief description of conditions:
โB1: Health and Safety:
The tendering company must have successfully undertaken the role of Project Supervisor Design Process and Project Supervisor...โ
List and brief description of conditions
B1: Health and Safety:
The tendering company must have successfully undertaken the role of Project Supervisor Design Process and Project Supervisor Construction Stage on 3 traffic signal contracts within the last 5 years.
B2: Health and Safety System:
OHSAS, ISO 18001 or equivalent.
B3: Quality Assurance Systems:
SLCAS, ISO 9001 or equivalent.
B4: Environmental Assurance System:
ISO 14001 or equivalent.
B5: Professional Registration:
A Certificate of the firmโs registration in a professional or trade register of the country in which the firm is established.
B6: Previous Contracts:
The tendering company must have successfully completed 3 traffic signal contracts within the last 5 years.
B7: Specific Experience:
The Contracting Authority has installed MOVA, SCATS and SPOT UTC at many of its important junctions and intends to continue a program of such installations. The 15 Contractor shall, therefore, have a demonstrated ability to maintain MOVA, SCATS and SPOT sites. Tenderers shall be required to demonstrate how this ability will be achieved.
B8: Client References:
Tenderers shall provide the names and contact details for 3 clients that can be contacted for references. The client references shall be for similar traffic signal maintenance contracts that were completed.
Show more Economic and financial standing
List and brief description of selection criteria:
โA1: Tax Clearance Certificate:
Tenderers must submit a signed statement that the company and all proposed subcontractors or subconsultants (if applicable)...โ
List and brief description of selection criteria
A1: Tax Clearance Certificate:
Tenderers must submit a signed statement that the company and all proposed subcontractors or subconsultants (if applicable) are able to produce a valid Tax Clearance Certificate or C2 Certificate, and that valid certificates will be maintained for the duration of the contract.
A2: Turnover:
Tenderers must submit a statement confirming that the turnover of the tendering company exceeded 500 000 EUR/year in 14.
Any of the last 3 financial years, or pro-rata if more recently established, and that they will provide evidence of turnover and other financial information promptly on request at any time prior to the award decision being made.
โType of Insurance Indemnity Limit Employerโs Liability: 13 000 000 EUR.
Public Liability:
6 500 000 EUR Product Liability.
Professional Indemnity:
2 000 000 EUR.โ
Type of Insurance Indemnity Limit Employerโs Liability: 13 000 000 EUR.
Public Liability:
6 500 000 EUR Product Liability.
Professional Indemnity:
2 000 000 EUR.
Show more Technical and professional ability
List and brief description of selection criteria:
โB1: Health and Safety:
The tendering company must have successfully undertaken the role of Project Supervisor Design Process & Project Supervisor...โ
List and brief description of selection criteria
B1: Health and Safety:
The tendering company must have successfully undertaken the role of Project Supervisor Design Process & Project Supervisor Construction Stage on 3 traffic signal contracts within the last 5 years.
B2: Health and Safety System:
OHSAS, ISO 18001 or equivalent.
B3: Quality Assurance Systems:
SLCAS, ISO 9001 or equivalent.
B4: Environmental Assurance System:
ISO 14001 or equivalent.
B5: Professional Registration:
A Certificate of the firmโs registration in a professional or trade register of the country in which the firm is established.
B6: Previous Contracts:
The tendering company must have successfully completed 3 traffic signal contracts within the last 5 years.
B7: Specific Experience:
The Contracting Authority has installed MOVA, SCATS and SPOT UTC at many of its important junctions and intends to continue a program of such installations. The 15 Contractor shall, therefore, have a demonstrated ability to maintain MOVA, SCATS and SPOT sites. Tenderers shall be required to demonstrate how this ability will be achieved.
B8: Client References:
Tenderers shall provide the names and contact details for 3 clients that can be contacted for references. The client references shall be for similar traffic signal maintenance contracts that were completed.
Procedure Type of procedure
Open procedure
Administrative information
Time limit for receipt of tenders or requests to participate: 2018-10-11
16:00 ๐
Languages in which tenders or requests to participate may be submitted: English ๐ฃ๏ธ
Tender must be valid until: 2019-04-11 ๐
Conditions for opening of tenders: 2018-10-11
16:00 ๐
Complementary information Review body
Name: The High Court
Postal town: Dublin
Country: Ireland ๐ฎ๐ช
Source: OJS 2018/S 176-399167 (2018-09-11)