loading
  • IE-1 Dublin
  • 10.08.2015
  • Ausschreibung
  • (ID 2-206346)

Archaeology Services for Capital Works Projects in Dublin Port (including the Alexandra Basin Redevelopment Project)


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 10.08.2015, 12:00 Bewerbungsschluss
    Verfahren Verhandlungsverfahren
    Art der Leistung Bodenmechanik, Erd-/ Grundbau
    Sprachen Englisch, Irisch
    Aufgabe
    The Contracting Authority, the Dublin Port Company is engaging in a competitive tendering process for the establishment of a multi-operator framework agreement for the provision of archaeological services for the undertaking of archaeological assessment, monitoring and overseeing of all capital works projects (including the Alexandra Basin Redevelopment Project) in Dublin Port undertaken on behalf of the Dublin Port Company over a 7 year period.
    The framework agreement will be established with 5 (five) operators, subject to the receipt of a sufficient number of valid tenders.
    Only those Applicants capable of delivering all of the disciplines as outlined in the Project Brief (whether in-house or as a grouping/consortium) will be considered.
    Therefore, applications relating to one or several of these disciplines and/or skills only are not acceptable and will be rejected.
    Applicants will be required to nominate a Lead Party who will have a single point of contractual responsibility, with the remaining disciplines providing collateral warranties for the benefit of the Contracting Authority.
    The maximum cumulative expenditure on call-off contracts under the framework agreement over its lifetime is envisaged to be in the region of 500 000-1 500 000 EUR.
    INITIAL CONTRACT
    The framework agreement will be established on foot of a competition for an initial contract for archaeological services relating to Phase 1 of the Alexandra Basin Redevelopment Project at Dublin Port, which would include the elements of services outlined in the Project Brief issued as part of this notice.
    NOTE:
    The Form of Contract is as yet undecided. Applicants should note that the Contracting Authority may utilise either FIDIC/NEC or Capital Works Contracts for the initial contract and all additional contracts on offer under the framework agreement.
    Additional information about the framework agreement and initial contract is included in the Project brief attached to this Questionnaire.
    Leistungsumfang
    The services to be required under the framework will be on a draw down basis. The anticipated volume of work is not known at this stage and may increase over the life of the framework.
    Adresse des Bauherren IE-1 Dublin
    TED Dokumenten-Nr. 266938-2015

  • Anzeigentext Ausschreibung

    maximieren

    • Ireland-Dublin: Archaeological services

      2015/S 144-266938

      Contract notice – utilities

      Services

      Directive 2004/17/EC

      Section I: Contracting entity

      I.1)Name, addresses and contact point(s)

      Dublin Port Company
      N/A
      Port Centre, Alexandra Road
      For the attention of: Conal O'Flanagan
      1 Dublin
      IRELAND
      Telephone: +353 18876053
      E-mail: MjExWGRbYVZjVlxWYzVZaldhXmNlZGdpI15a
      Fax: +353 18551241

      Internet address(es):

      General address of the contracting entity: http://www.dublinport.ie

      Address of the buyer profile: http://irl.eu-supply.com/ctm/Supplier/CompanyInformation/Index/411

      Electronic access to information: http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=91423&B=ETENDERS_SIMPLE

      Further information can be obtained from: The above mentioned contact point(s)

      Specifications and additional documents (including documents for a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)

      Tenders or requests to participate must be sent to: The above mentioned contact point(s)

      I.2)Main activity
      Port-related activities
      I.3)Contract award on behalf of other contracting entities
      The contracting entity is purchasing on behalf of other contracting entities: no

      Section II: Object of the contract

      II.1)Description
      II.1.1)Title attributed to the contract by the contracting entity:
      Archaeology Services for Capital Works Projects in Dublin Port (including the Alexandra Basin Redevelopment Project).
      II.1.2)Type of contract and location of works, place of delivery or of performance
      Services
      Service category No 12: Architectural services; engineering services and integrated engineering services; urban planning and landscape engineering services; related scientific and technical consulting services; technical testing and analysis services
      Main site or location of works, place of delivery or of performance: Dublin 1.

      NUTS code IE021

      II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
      The notice involves the establishment of a framework agreement
      II.1.4)Information on framework agreement
      Framework agreement with several operators
      Number of participants to the framework agreement envisaged: 5

      Duration of the framework agreement

      Duration in years: 7

      Estimated total value of purchases for the entire duration of the framework agreement

      Estimated value excluding VAT 
      Range: between 500 000 and 1 500 000 EUR
      II.1.5)Short description of the contract or purchase(s):
      The Contracting Authority, the Dublin Port Company is engaging in a competitive tendering process for the establishment of a multi-operator framework agreement for the provision of archaeological services for the undertaking of archaeological assessment, monitoring and overseeing of all capital works projects (including the Alexandra Basin Redevelopment Project) in Dublin Port undertaken on behalf of the Dublin Port Company over a 7 year period.
      The framework agreement will be established with 5 (five) operators, subject to the receipt of a sufficient number of valid tenders.
      Only those Applicants capable of delivering all of the disciplines as outlined in the Project Brief (whether in-house or as a grouping/consortium) will be considered.
      Therefore, applications relating to one or several of these disciplines and/or skills only are not acceptable and will be rejected.
      Applicants will be required to nominate a Lead Party who will have a single point of contractual responsibility, with the remaining disciplines providing collateral warranties for the benefit of the Contracting Authority.
      The maximum cumulative expenditure on call-off contracts under the framework agreement over its lifetime is envisaged to be in the region of 500 000-1 500 000 EUR.
      INITIAL CONTRACT
      The framework agreement will be established on foot of a competition for an initial contract for archaeological services relating to Phase 1 of the Alexandra Basin Redevelopment Project at Dublin Port, which would include the elements of services outlined in the Project Brief issued as part of this notice.
      NOTE:
      The Form of Contract is as yet undecided. Applicants should note that the Contracting Authority may utilise either FIDIC/NEC or Capital Works Contracts for the initial contract and all additional contracts on offer under the framework agreement.
      Additional information about the framework agreement and initial contract is included in the Project brief attached to this Questionnaire.
      II.1.6)Common procurement vocabulary (CPV)

      71351914

      II.1.7)Information about Government Procurement Agreement (GPA)
      The contract is covered by the Government Procurement Agreement (GPA): no
      II.1.8)Information about lots
      This contract is divided into lots: no
      II.1.9)Information about variants
      Variants will be accepted: no
      II.2)Quantity or scope of the contract
      II.2.1)Total quantity or scope:
      The services to be required under the framework will be on a draw down basis. The anticipated volume of work is not known at this stage and may increase over the life of the framework.
      II.2.2)Information about options
      Options: no
      II.2.3)Information about renewals
      This contract is subject to renewal: yes
      Number of possible renewals: 2
      In the case of renewable contracts, estimated time-frame for subsequent calls for competition:
      in months: 12 (from the award of the contract)
      II.3)Duration of the contract or time limit for completion
      Duration in months: 084 (from the award of the contract)

      Section III: Legal, economic, financial and technical information

      III.1)Conditions relating to the contract
      III.1.1)Deposits and guarantees required:
      III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
      As outlined at tender stage.
      III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
      A grouping, if successful, may be required to contract as a single entity having joint and several liability but subject to the agreement of the contracting parties.
      III.1.4)Other particular conditions:
      The performance of the contract is subject to particular conditions: no
      III.2)Conditions for participation
      III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers

      Information and formalities necessary for evaluating if the requirements are met: As per the qualification questionnaire, available to download from www.etenders.gov.ie using RFT ID 98305.

      III.2.2)Economic and financial ability

      Information and formalities necessary for evaluating if the requirements are met: As per the qualification questionnaire, available to download from www.etenders.gov.ie using RFT ID 98305.

      III.2.3)Technical capacity

      Information and formalities necessary for evaluating if the requirements are met: As per the qualification questionnaire, available to download from www.etenders.gov.ie using RFT ID 98305.

      III.2.4)Information about reserved contracts
      III.3)Conditions specific to services contracts
      III.3.1)Information about a particular profession
      Execution of the service is reserved to a particular profession: no
      III.3.2)Staff responsible for the execution of the service
      Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: yes

      Section IV: Procedure

      IV.1)Type of procedure
      IV.1.1)Type of procedure
      Negotiated
      Some candidates have already been selected (if appropriate under certain types of negotiated procedures): no
      IV.2)Award criteria
      IV.2.1)Award criteria
      The most economically advantageous tender in terms of the criteria stated in the specifications or in the invitation to tender or to negotiate
      IV.2.2)Information about electronic auction
      An electronic auction will be used: no
      IV.3)Administrative information
      IV.3.1)File reference number attributed by the contracting entity:
      IV.3.2)Previous publication(s) concerning the same contract
      no
      IV.3.3)Conditions for obtaining specifications and additional documents
      Time limit for receipt of requests for documents or for accessing documents: 10.8.2015 - 11:30
      Payable documents: no
      IV.3.4)Time limit for receipt of tenders or requests to participate
      10.8.2015 - 12:00
      IV.3.5)Language(s) in which tenders or requests to participate may be drawn up
      English. Irish.
      IV.3.6)Minimum time frame during which the tenderer must maintain the tender
      IV.3.7)Conditions for opening of tenders

      Section VI: Complementary information

      VI.1)Information about recurrence
      This is a recurrent procurement: no
      VI.2)Information about European Union funds
      The contract is related to a project and/or programme financed by European Union funds: yes
      Reference to project(s) and/or programme(s): Co-financed by the European Union Trans-European Transport Network (TEN-T).
      VI.3)Additional information:

      1) Interested parties must register their interest on the eTenders website (www.etenders.gov.ie) in order to be included on the mailing list for clarifications. All information relating to attachments, including clarifications and changes, will be published on the Irish Government Procurement Opportunities Portal (www.etenders.gov.ie) only. Registration is free of charge. The contracting authority will not accept responsibility for information relayed (or not relayed) via third parties.

      2) This is the sole call for competition for this service.
      3) The contracting authority will not be responsible for any costs, charges or expenses incurred by candidates or tenderers.
      4) If for any reason it is not possible to admit to the framework agreement one or more of the tenderers invited following the conclusion of this competitive process, the contracting authority reserves the right to invite the next highest scoring tenderer(s) to join the framework agreement as appropriate.
      If, following the conclusion of the competitive process, it is not possible to award the initial contract to the designated successful tenderer; or if having awarded the initial contract the contracting authority considers that the successful tenderer has not met its obligations; the contracting authority reserves the right to award the initial contract to the framework member with the next highest score on the basis of the original competition and as tendered by that party. This shall be without prejudice to the right of the contracting authority to cancel this competitive process and/or initiate a new contract award procedure at its sole discretion.
      5) At its absolute discretion, the contracting authority may elect to terminate this procurement process, the framework agreement or any contract awarded under the framework agreement at any time.
      6) The Contracting Authority reserves the right to successively reduce the number of operators during this negotiated procedure. The Contracting Authority may gradually reduce the number of solutions to be discussed or tenders to be negotiated.
      VI.4)Procedures for appeal
      VI.4.1)Body responsible for appeal procedures

      The High Court
      Four Court, Inns Quay
      7 Dublin
      IRELAND

      VI.4.2)Lodging of appeals

      Precise information on deadline(s) for lodging appeals: Please refer to the relevant Irish Statutory Instruments (SI 131 of 2010) available at www.irishstatutebook.ie

      VI.4.3)Service from which information about the lodging of appeals may be obtained

      Your Legal Advisor

      VI.5)Date of dispatch of this notice:
      24.7.2015
    © European Union, http://ted.europa.eu
  • Protected by Copyscape
  • Gewährleistung

    competitionline übernimmt keine Verantwortung für Fehler, Auslassungen, Unterbrechungen, Löschungen, Mängel oder Verzögerungen im Betrieb oder bei Übertragung von Inhalten. competitionline übernimmt keine Verantwortung für Einbußen oder Schäden, die aus der Verwendung der Internetseiten, aus der Verwendung von Nutzerinhalten oder von Inhalten Dritter, die aus den Internetseiten oder über den Service gepostet oder an Nutzer übertragen werden, oder aus Interaktionen zwischen Nutzer und Internetseiten (online oder offline) resultieren. Bitte lesen Sie hierzu unsere Nutzungsbedingungen.


INFO-BOX

Ausschreibung veröffentlicht 29.07.2015
Zuletzt aktualisiert 29.07.2015
Wettbewerbs-ID 2-206346 Status Kostenpflichtig
Seitenaufrufe 53