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.
Deadline
The time limit for receipt of tenders was 2021-02-15.
The procurement was published on 2020-12-23.
Suppliers
The following suppliers are mentioned in award decisions or other procurement documents:
Object Scope of the procurement
Title: Intelligent Transport Systems โ Equipment Maintenance Contract Gen.3
TII264
Products/services: Road construction works๐ฆ
Short description:
โTransport Infrastructure Ireland (TII) owns, maintains and operates a network of roadside Intelligent Transport Systems (ITS) equipment that communicates...โ
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.
Show more
Estimated value excluding VAT: EUR 35 000 000 ๐ฐ
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 contractorโs responsibilities in compliance with all requirements and provisions of the contract.
Show more Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
Scope of the procurement
Estimated total value excluding VAT: EUR 35 000 000 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:
โPossible 2-year extension at the end of the initial 5 years. At the Authorities discretion.โ
Additional information:
โTenderers will need to register on the etenders
Government website to download tender documents.โ
Legal, economic, financial and technical information Conditions for participation
List and brief description of conditions:
โSee tender documents and associated ESPD that forms part of this contract notice.โ Economic and financial standing
Selection criteria as stated in the procurement documents
Technical and professional ability
Selection criteria as stated in the procurement documents
Conditions related to the contract
Contract performance conditions: See contract that forms part of the tender documentation.
Procedure Type of procedure
Open procedure
Administrative information
Time limit for receipt of tenders or requests to participate: 2021-02-15
12:00 ๐
Languages in which tenders or requests to participate may be submitted: English ๐ฃ๏ธ
The time frame below is expressed in number of months.
Minimum time frame during which the tenderer must maintain the tender: 6
Conditions for opening of tenders: 2021-02-15
12:00 ๐
Complementary information Information about recurrence
This is a recurrent procurement โ
Estimated timing for further notices to be published: 7 years from issue of this notice.
Additional information
โTII will be the contracting authority for this TII264 contract.
TII will not be liable for any participantโs costs arising in connection with participating...โ
TII will be the contracting authority for this TII264 contract.
TII will not be liable for any participantโs costs arising in connection with participating in the competition, irrespective of the outcome of the competition, or if the competition is cancelled or postponed.
โ TII have the right at any time and without notice to:
(i) terminate the competition (or part of it);
(ii) change the competitionโs 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.
โ 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;
โ award of contract will be subject to the approval of statutory bodies;
โ award of contract may be subject to successful interview;
โ 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 EUR 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.
Show more Review body
Name: Central Office of the High Court
Postal address: Four Courts
Postal town: Dublin 7
Postal code: D7
Country: Ireland ๐ฎ๐ช
Phone: +353 18886511๐
E-mail: highcourtcentraloffice@courts.ie๐ง
Fax: +353 18886125 ๐
URL: http://www.courts.ie๐ Body responsible for mediation procedures
Name: Central Office of the High Court
Postal address: Four Courts
Postal town: Dublin 7
Postal code: D7
Country: Ireland ๐ฎ๐ช
Phone: +353 18886511๐
E-mail: highcourtcentraloffice@courts.ie๐ง
Fax: +353 18886125 ๐
URL: http://www.courts.ie๐ Review procedure
Precise information on deadline(s) for review procedures: As referenced under 4.2.
Source: OJS 2020/S 252-634527 (2020-12-23)
Contract award notice (2021-09-13) Contracting authority Name and addresses
Postal town: Dublin, D08 DK10
Postal code: Dublin
Phone: +353 016463746๐
Fax: +353 016463401 ๐
Object Scope of the procurement
Title: Intelligent Transport Systems - Equipment Maintenance Contract Gen.3
TII264
Short description:
โThis is an Award Notice only.
Transport Infrastructure Ireland (TII) owns, maintains and operates a network of roadside Intelligent Transport Systems (ITS)...โ
Short description
This is an Award Notice only.
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 award is to ensure the availability of the ITS equipment for use by TII and MOCC including the communications network and the power supplies. The scope requires that the roadside equipment is maintained 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.
Show more
Total value of the procurement (excluding VAT): EUR 17593557.87 ๐ฐ
Description
Main site or place of performance: Ireland
Description of the procurement:
โThis procurement was an open for the procurement of a supplier to provide the services/works required under the ITS Equipment Maintenance Contract Gen. 3....โ
Description of the procurement
This procurement was an open for the procurement of a supplier to provide the services/works required under the ITS Equipment Maintenance Contract Gen. 3. The award criteria was stated in the Instruction to Tenderers with the selection stage requirements set out in the ESPD.
The scope of the works/services 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 Contractorโs responsibilities in compliance with all requirements and provisions of the Contract.
Show more Award criteria
Quality criterion (name): Quality
Quality criterion (weighting): 70
Price (weighting): 30
Description
Additional information: The value stated is the Award Value of the Contract.
Procedure Administrative information
Previous publication concerning this procedure: 2020/S 252-634527
Award of contract
1๏ธโฃ
Contract Number: 1
Title: Intelligent Transport Systems- Equipment Maintenance Contract Gen.3
Date of conclusion of the contract: 2021-08-10 ๐
Information about tenders
Number of tenders received: 2
Number of tenders received from SMEs: 1
Number of tenders received from tenderers from other EU Member States: 2
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 2
Name and address of the contractor
Name: Dynniq UK Ltd
National registration number: 1490333
Postal address: Hazelwood House, Lime Tree Way, Chineham Business
Postal town: Basingstoke
Postal code: Hampshire
Country: United Kingdom ๐ฌ๐ง
Phone: +44 01618682040๐
E-mail: info@dynniq.co.uk๐ง
Fax: +44 01618682041 ๐
Region: United Kingdom ๐๏ธ
The contractor is an SME
Information on value of the contract/lot (excluding VAT)
Estimated total value of the contract/lot: EUR 35 000 000 ๐ฐ
Total value of the contract/lot: EUR 17593557.87 ๐ฐ
Complementary information Additional information
TII will be the contracting authority for this TII264 Contract.
Source: OJS 2021/S 181-467822 (2021-09-13)