TII are establishing a new framework of VRS contractors to carry out VRS installations and repairs and associated civil works and construction of forgiving roadside solutions including reprofiling embankments, extending or redirecting drains and culverts and installation of passively safe fencing and supports on the national road network.
Deadline
The time limit for receipt of tenders was 2021-10-08.
The procurement was published on 2021-09-01.
Suppliers
The following suppliers are mentioned in award decisions or other procurement documents:
Object Scope of the procurement
Title: Vehicle Restraint Systems Contractor Framework
TII294
Products/services: Fencing, railing and safety equipment installation work๐ฆ
Short description:
โTII are establishing a new framework of VRS contractors to carry out VRS installations and repairs and associated civil works and construction of forgiving...โ
Short description
TII are establishing a new framework of VRS contractors to carry out VRS installations and repairs and associated civil works and construction of forgiving roadside solutions including reprofiling embankments, extending or redirecting drains and culverts and installation of passively safe fencing and supports on the national road network.
Show more
Estimated value excluding VAT: EUR 20 000 000 ๐ฐ
TII are establishing a new framework of VRS contractors to carry out VRS installations and repairs and associated civil works and construction of forgiving roadside solutions including reprofiling embankments, extending or redirecting drains and culverts and installation of passively safe fencing and supports on the national road network to replace their current VRS contractors framework. This framework may also be used for VRS installations on all national road projects e.g., pavement overlay schemes, Eirspan projects, realignment schemes, minor national road schemes and major national road schemes, etc. The framework may also be used by Local Authorities for VRS works on non-national roads. This framework will be limited to a maximum of six contractors and will provide a nationwide service to all Local Authorities. The contract will run for a period of 36 months with the option to extend it by a further 12 months.
TII will during the course of the framework also seek to engage and award VRS term maintenance contracts. This will involve term maintenance contracts with the Employer for maintenance of VRS in a particular county, area or region. In such a scenario a call-off contract will be developed and details will be provided therein. Typical call-off contract values are estimated in the region of โฌ300,000 (may be lower or higher) and are not likely to exceed โฌ1,000,000. The total value of contracts per year is likely to be between โฌ2,500,000 and โฌ5,000,000. Call-off competitions will be prepared by TIIโs VRS design consultant in conjunction with the individual Local Authorities and TII.
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 20 000 000 ๐ฐ
Duration of the contract, framework agreement or dynamic purchasing system
The time frame below is expressed in number of months.
Description
Duration: 48
Additional information:
โTenderers will need to register on the etenders
government website to download tender documents.
Tenderers will need to click on the RFQ folder to view...โ
Additional information
Tenderers will need to register on the etenders
government website to download tender documents.
Tenderers will need to click on the RFQ folder to view tender documents
Legal, economic, financial and technical information Economic and financial standing
Selection criteria as stated in the procurement documents
Technical and professional ability
Selection criteria as stated in the procurement documents
Procedure Type of procedure
Open procedure
Information about a framework agreement or a dynamic purchasing system
Framework agreement with several operators
Description
Envisaged maximum number of participants to the framework agreement: 6
Administrative information
Time limit for receipt of tenders or requests to participate: 2021-10-08
12:00 ๐
Languages in which tenders or requests to participate may be submitted: English ๐ฃ๏ธ
Tender must be valid until: 2022-04-06 ๐
Conditions for opening of tenders: 2021-10-08
12:00 ๐
Complementary information Information about recurrence
This is a recurrent procurement โ
Estimated timing for further notices to be published: in 4 years time
Additional information
โTII is procuring this competition on its own behalf and on behalf of all road authorities in
Ireland. The Framework Agreement will be available to TII and...โ
TII is procuring this competition on its own behalf and on behalf of all road authorities in
Ireland. The Framework Agreement will be available to TII and the following local authorities:
Carlow County Council
Cavan County Council
Clare County Council
Cork County Council
Donegal County Council
Dublin County Council
Dun Laoghaire-Rathdown County Council
Fingal County Council
Galway City County Council
Galway County Council
Kerry County Council
Kildare County Council
Kilkenny County Council
Laois County Council
Leitrim County Council
Limerick City and County Council
Longford County Council
Louth County Council
Mayo County Council
Meath County Council
Monaghan County Council
Offaly County Council
Roscommon County Council
Sligo County Council
South Dublin County Council
Tipperary County Council
Waterford City and County
Westmeath County Council
Wexford County Council
Wicklow County Council
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.
- TII has 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.
- 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 the competent authorities.
- Award of contract may be subject to successful interview.
- Interested parties are advised that TII is 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.
- Tender Documents are on the
etenders Website at http://www.etenders.gov.ie.
Show more Review body
Name: Central Office of the High Court
Postal address: Four Courts
Postal town: Dublin 7
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
Country: Ireland ๐ฎ๐ช
Phone: +353 18886511๐
E-mail: highcourtcentraloffice@courts.ie๐ง
Fax: +353 18886125 ๐
URL: http://www.courts.ie๐
Source: OJS 2021/S 172-448219 (2021-09-01)
Contract award notice (2022-09-27) Contracting authority Name and addresses
Postal town: Dublin
Postal code: D08 DK10
Object Scope of the procurement
Short description:
โTII have established a new framework of VRS contractors to carry out VRS installations and repairs and associated civil works and construction of forgiving...โ
Short description
TII have established a new framework of VRS contractors to carry out VRS installations and repairs and associated civil works and construction of forgiving roadside solutions including reprofiling embankments, extending or redirecting drains and culverts and installation of passively safe fencing and supports on the national road network.
Show more
Total value of the procurement (excluding VAT): EUR 15 000 000 ๐ฐ
Award criteria
Quality criterion (name): Quality
Quality criterion (weighting): 70
Price (weighting): 30
Procedure Information about framework agreement
The procurement involves the establishment of a framework agreement
Administrative information
Previous publication concerning this procedure: 2021/S 172-448219
Award of contract
1๏ธโฃ
Contract Number: 1
Title: TII Vehicle Restraint Systems Contractor Framework
Date of conclusion of the contract: 2022-07-04 ๐
Information about tenders
Number of tenders received: 6
Number of tenders received from SMEs: 5
Number of tenders received from tenderers from other EU Member States: 6
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 6
The contract has been awarded to a group of economic operators โ Name and address of the contractor
Name: Colas JV
National registration number: 2979358EH
Postal address: Unit 1G, Maynooth Business Campus
Postal town: Maynooth
Country: Ireland ๐ฎ๐ช
Phone: +353 873688089๐
E-mail: daniel.broderick@crjv.ie๐ง
Region: รire/Ireland๐๏ธ
The contractor is an SME
Name: Complete Highway Maintenance
National registration number: 6364682P
Postal address: Unit 28, 2nd Avenue, Cookstown Industrial Estate
Postal town: Tallaght
Phone: +353 014242070๐
E-mail: bennis@chmltd.ie๐ง
The contractor is an SME โ
Name: Lagan Operations & Maintenance Ltd
National registration number: GB617716236
Postal address: 21-23 Sydenham Road
Postal town: Belfast
Phone: +353 02890455531๐
E-mail: damien.savage@laganoandm.com๐ง
Name: Motorway Care
Postal address: Crofton House, Unit 5, Greenhills Industrial Estate
Postal town: Walkinstown
Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 15 000 000 ๐ฐ
Source: OJS 2022/S 189-531419 (2022-09-27)