Contract notice – utilities
Directive 2004/17/EC
Section I: Contracting entity
I.1)Name, addresses and 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:
Single Party Framework Agreement for Post Design Engineering Services (Civil/Structural/M&E) in connection with 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 a single operator
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 2 000 000 and 6 000 000 EUR
II.1.5)Short description of the contract or purchase(s):
The purpose of this particular competition is the establishment of a Single Party
Framework Agreement for Post Design Engineering Services for a period of 5
years (with an option to extend for a further 2 years) which will assist in the
delivery of the Alexandra Basin Project.
Applicants should note that a procurement process for Preliminary and Detailed
Design for the ABR project was previously carried out. This current competition is
therefore for services which were not included in that procurement procedure.
The Services to be procured under this Single Party Framework Agreement include Post Design Engineering Services (Civil / Structural / M&E) relating to all projects that make up the ABR. The following is an outline of the proposed services:
— Assistance in preparation and review of tender documents.
— CAT3 check of existing Designs.
— Contract Administration.
— Site Supervision.
— Assistance in applications for Permits, Licences.
— Consultations with heritage authorities.
— Consultations with Conservation Architect Led Team.
— Site surveys and investigations e.g. topographical bathymetrical, metocean, all ground and marine investigations etc.
— Scour protection of berths analysis.
— Diversion of utility services, pipelines in the river channel.
— Negotiations with the ESB, the diversion route selection and the detailed design of the mains diversion.
— Liaison with Environmental Consultant in relation implementation of the CEMP plan.
— Liaison with all other Consultants in relation to the ABR and associated projects.
— Engineering services as required by DPC within the scope of DPC's 2012 — 2040 Masterplan.
The Framework Agreement will be established on foot of an initial contract for post design, construction and handover advisory services associated with the ABR Works.
II.1.6)Common procurement vocabulary (CPV)
71300000, 71310000, 71311000, 71311100, 71312000, 71318000, 71320000, 71322000, 71334000, 71336000, 71340000
II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
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:
See Section II.1.5 of this notice and the prequalification information attached.
Estimated value excluding VAT
Range: between 2 000 000 and 6 000 000 EUR
II.2.2)Information about options
Options: yes
Description of these options: It is intended that the framework agreement will be established for a period of 5 years with an option to extend for a further 2 years.
Provisional timetable for recourse to these options:
in months: 60 (from the award of the contract)
II.2.3)Information about renewals
This contract is subject to renewal: no
II.3)Duration of the contract or time limit for completion
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:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Prior to the conclusion of the framework agreement, the Contracting Authority reserves the right to seek copies of any agreements between the members of the consortium if the successful tenderer is a consortium or grouping of members.
The Contracting Authority reserves the right, at its absolute discretion, to require a lead firm to contract in the following manner;
— on the basis of joint and several liability with each member of the candidate executing the contract; or
— with a particular single member of the tenderer as prime contractor, with the other members providing collateral warranties and/or guarantees, or
— as an incorporated or unincorporated special purpose vehicle, with collateral warranties and/or guarantees from the members of the candidate.
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: Information and formalities necessary for evaluating if the requirements are met: See the Pre Qualification Questionnaire available to download from www.etenders.gov.ie under RFT ID 100295.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: Information and formalities necessary for evaluating if the requirements are met: See the Pre Qualification Questionnaire available to download from www.etenders.gov.ie under RFT ID 100295.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met: Information and formalities necessary for evaluating if the requirements are met: See the Pre Qualification Questionnaire available to download from www.etenders.gov.ie under RFT ID 100295.
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(except for a DPS)
Time limit for receipt of requests for documents or for accessing documents: 7.3.2016 - 12:00
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
7.3.2016 - 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:
— This framework agreement is being concluded in accordance with Directive 2004/17/EC of the European Parliament and of the Council.
— The closing date for receipt of queries concerning this stage of the competition is 24.2.2016 at 12:00 (noon Irish-time). All queries should be sent through the e-Tenders messaging facility.
— The Contracting Authority will not be responsible for any costs, charges or expenses incurred by applicants or tenderers in response to this competition.
— Establishment of the framework agreement will be subject to the approval of the competent authorities.
— The award of all contracts under the Framework Agreement will be subject to negotiations with the Contracting Entity in accordance with Article 40 (i) of Directive 2004/17/EC.
— If for any reason it is not possible to conclude the framework agreement with the successful tenderer designate emerging from this competitive process, or if having concluded the framework agreement the Contracting Authority terminates the agreement, the Contracting Authority reserves the right to admit the next highest scoring tenderer to the framework agreement on the basis of the same terms and as tendered by that party, at any time during the tender validity period.
— At its absolute discretion, the contracting authority may elect to terminate this procurement process or the concluded framework at any time.
— Applicants should note that there is no restriction on any particular professional discipline participating indifferent consortia. However, in the event of such occurrences arising they must inform the relevant lead parties in writing in advance of submitting their application.
— The Contracting Authority may, by issuing notice of its intention to do so, novate any agreement entered into with any discipline within the design team to another entity incorporated to execute the project.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
4.2.2016