TII301 - WEIGH-IN-MOTION SERVICE PROVISION

The High-speed WIM Framework is being established by TII as a single-party framework agreement for development of a High-speed WIM system on the National road network. The range of activities may include, but not be limited to: • Contractor engagement to determine additional WIM sites and solutions for future call-off …

CPV: 45233120 Road construction works, 50232000 Maintenance services of public-lighting installations and traffic lights, 50232200 Traffic-signal maintenance services, 51000000 Installation services (except software), 60000000 Transport services (excl. Waste transport), 63000000 Supporting and auxiliary transport services; travel agencies services, 64000000 Postal and telecommunications services, 65000000 Public utilities, 71000000 Architectural, construction, engineering and inspection services, 72000000 IT services: consulting, software development, Internet and support, 48000000 Software package and information systems, 34923000 Road traffic-control equipment, 60112000 Public road transport services, 34924000 Variable message signs, 34970000 Traffic-monitoring equipment, 44000000 Construction structures and materials; auxiliary products to construction (except electric apparatus), 45000000 Construction work, 45316000 Installation work of illumination and signalling systems, 50000000 Repair and maintenance services
áit fhorghníomhaithe:
TII301 - WEIGH-IN-MOTION SERVICE PROVISION
clárlann:
Transport Infrastructure Ireland (TII)
uimhir dámhachtana:
0

1. Buyer

1.1 Buyer

Official name : Transport Infrastructure Ireland (TII)
Legal type of the buyer : Body governed by public law, controlled by a central government authority
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : TII301 - WEIGH-IN-MOTION SERVICE PROVISION
Description : The High-speed WIM Framework is being established by TII as a single-party framework agreement for development of a High-speed WIM system on the National road network. The range of activities may include, but not be limited to: • Contractor engagement to determine additional WIM sites and solutions for future call-off contracts (in addition to those already identified in this Call-off Contract 1); • Construction, installation and operation of roadside WIM Systems at new sites; • Takeover, maintenance and operation of existing WIM Systems already under the Employer’s ownership; • Management and maintenance of WIM Systems to a standard which will ensure that identified Service Levels are met; • Provision of Bridge WIM; • Provision of WIM Data as a Service; • Provision of Class A WIM; • A range of innovation activities associated with WIM as defined by the Employer; • A range of other undefined items and options associated with WIM but not included at present.
Procedure identifier : ddd85395-d1a4-4557-80c7-42bbe8684ccc
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure :

2.1.1 Purpose

Main nature of the contract : Works
Main classification ( cpv ): 45233120 Road construction works
Additional classification ( cpv ): 50232000 Maintenance services of public-lighting installations and traffic lights
Additional classification ( cpv ): 50232200 Traffic-signal maintenance services
Additional classification ( cpv ): 51000000 Installation services (except software)
Additional classification ( cpv ): 60000000 Transport services (excl. Waste transport)
Additional classification ( cpv ): 63000000 Supporting and auxiliary transport services; travel agencies services
Additional classification ( cpv ): 64000000 Postal and telecommunications services
Additional classification ( cpv ): 65000000 Public utilities
Additional classification ( cpv ): 71000000 Architectural, construction, engineering and inspection services
Additional classification ( cpv ): 72000000 IT services: consulting, software development, Internet and support
Additional classification ( cpv ): 48000000 Software package and information systems
Additional classification ( cpv ): 34923000 Road traffic-control equipment
Additional classification ( cpv ): 60112000 Public road transport services
Additional classification ( cpv ): 34924000 Variable message signs
Additional classification ( cpv ): 34970000 Traffic-monitoring equipment
Additional classification ( cpv ): 44000000 Construction structures and materials; auxiliary products to construction (except electric apparatus)
Additional classification ( cpv ): 45000000 Construction work
Additional classification ( cpv ): 45316000 Installation work of illumination and signalling systems
Additional classification ( cpv ): 50000000 Repair and maintenance services

2.1.2 Place of performance

Country : Ireland
Anywhere in the given country

2.1.3 Value

Maximum value of the framework agreement : 20 000 000 Euro

2.1.4 General information

Legal basis :
Directive 2014/24/EU

5. Lot

5.1 Lot technical ID : LOT-0001

Title : TII301 - WEIGH-IN-MOTION SERVICE PROVISION
Description : The High-speed WIM Framework is being established by TII as a single-party framework agreement for development of a High-speed WIM system on the National road network. The range of activities may include, but not be limited to: • Contractor engagement to determine additional WIM sites and solutions for future call-off contracts (in addition to those already identified in this Call-off Contract 1); • Construction, installation and operation of roadside WIM Systems at new sites; • Takeover, maintenance and operation of existing WIM Systems already under the Employer’s ownership; • Management and maintenance of WIM Systems to a standard which will ensure that identified Service Levels are met; • Provision of Bridge WIM; • Provision of WIM Data as a Service; • Provision of Class A WIM; • A range of innovation activities associated with WIM as defined by the Employer; • A range of other undefined items and options associated with WIM but not included at present.
Internal identifier : 0

5.1.1 Purpose

Main nature of the contract : Works
Main classification ( cpv ): 45233120 Road construction works
Additional classification ( cpv ): 50232000 Maintenance services of public-lighting installations and traffic lights
Additional classification ( cpv ): 50232200 Traffic-signal maintenance services
Additional classification ( cpv ): 51000000 Installation services (except software)
Additional classification ( cpv ): 60000000 Transport services (excl. Waste transport)
Additional classification ( cpv ): 63000000 Supporting and auxiliary transport services; travel agencies services
Additional classification ( cpv ): 64000000 Postal and telecommunications services
Additional classification ( cpv ): 65000000 Public utilities
Additional classification ( cpv ): 71000000 Architectural, construction, engineering and inspection services
Additional classification ( cpv ): 72000000 IT services: consulting, software development, Internet and support
Additional classification ( cpv ): 48000000 Software package and information systems
Additional classification ( cpv ): 34923000 Road traffic-control equipment
Additional classification ( cpv ): 60112000 Public road transport services
Additional classification ( cpv ): 34924000 Variable message signs
Additional classification ( cpv ): 34970000 Traffic-monitoring equipment
Additional classification ( cpv ): 44000000 Construction structures and materials; auxiliary products to construction (except electric apparatus)
Additional classification ( cpv ): 45000000 Construction work
Additional classification ( cpv ): 45316000 Installation work of illumination and signalling systems
Additional classification ( cpv ): 50000000 Repair and maintenance services

5.1.2 Place of performance

Country : Ireland
Anywhere in the given country
Additional information :

5.1.5 Value

Estimated value excluding VAT : 20 000 000 Euro

5.1.6 General information

Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : yes

5.1.7 Strategic procurement

Aim of strategic procurement : No strategic procurement

5.1.10 Award criteria

Criterion :
Type : Cost
Name :
Description : Cost @ 30%
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 30
Criterion :
Type : Quality
Name :
Description : Quality @ 70%
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 70
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

5.1.12 Terms of procurement

Information about review deadlines : As per agreement

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : The High Court of Ireland -
Information about review deadlines : As per agreement
Organisation providing offline access to the procurement documents : Transport Infrastructure Ireland (TII) -

6. Results

Maximum value of the framework agreements in this notice : 20 000 000 Euro

6.1 Result lot ldentifier : LOT-0001

At least one winner was chosen.
Framework agreement :
Maximum value of the framework agreement : 20 000 000 Euro

6.1.2 Information about winners

Winner :
Official name : BAM Civil Ltd & Q-Free (Joint Venture)
Tender :
Tender identifier : 000028676
Identifier of lot or group of lots : LOT-0001
Subcontracting : Not yet known
Contract information :
Identifier of the contract : 418658
Date on which the winner was chosen : 28/03/2024
Date of the conclusion of the contract : 20/03/2025

6.1.4 Statistical information

Received tenders or requests to participate :
Type of received submissions : Tenders
Number of tenders or requests to participate received : 5

8. Organisations

8.1 ORG-0001

Official name : Transport Infrastructure Ireland (TII)
Registration number : 4115929RH
Postal address : Parkgate Business Centre, Parkgate Street
Town : Dublin
Postcode : D08 DK10
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Telephone : 0035316463600
Buyer profile : www.tii.ie
Roles of this organisation :
Buyer
Organisation providing offline access to the procurement documents

8.1 ORG-0002

Official name : BAM Civil Ltd & Q-Free (Joint Venture)
Registration number : Tax no. 0662823Q - CRO 17543 (BAM) Tax No. T8936363GH - Companies House Number SC185690 (Q-Free)
Town : Kill
Postcode : W91 KM3E
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Roles of this organisation :
Tenderer
Winner of these lots : LOT-0001

8.1 ORG-0003

Official name : The High Court of Ireland
Registration number : The High Court of Ireland
Department : The High Court of Ireland
Postal address : Four Courts, Inns Quay, Dublin 7
Town : Dublin
Postcode : D07 WDX8
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Telephone : +353 1 8886000
Roles of this organisation :
Review organisation

8.1 ORG-0004

Official name : European Dynamics S.A.
Registration number : 002024901000
Department : European Dynamics S.A.
Town : Athens
Postcode : 15125
Country subdivision (NUTS) : Βόρειος Τομέας Αθηνών ( EL301 )
Country : Greece
Telephone : +30 2108094500
Roles of this organisation :
TED eSender

11. Notice information

11.1 Notice information

Notice identifier/version : bf0e30ba-16e3-4125-90cd-206f454ea84b - 01
Form type : Result
Notice type : Contract or concession award notice – standard regime
Notice dispatch date : 17/04/2025 11:32 +01:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00257196-2025
OJ S issue number : 77/2025
Publication date : 18/04/2025