Contract notice – utilities
Directive 2014/25/EU
Section I: Contracting entity
I.2)Joint procurement
I.3)Communication
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted to the abovementioned address
I.6)Main activity
Port-related activities
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Capital Dredging Works at Dublin Port — 2017 to 2018 Season.
Reference number: CP 1501_017
II.1.2)Main CPV code
45252124
II.1.3)Type of contract
Works
II.1.4)Short description:
The required dredging will be undertaken as part of the proposed works to permit access to Alexandra Basin West and provide sufficient water depths for vessels in Alexandra Basin West at all stages of the tide. The contract to be awarded will cover the first seasons dredging and will take place in the outer approach channel. This equates to approximately 1 061 818 m³ of dredging. It is envisaged that the dredging of uncontaminated material will be carried out during winter months only, within a 6 month period (October 2017 to March 2018) to negate any potential impact on salmonid migration and summer bird feeding, notably terns, in the vicinity of the dredging operations. A Dumping at Sea (DaS) Permit has being granted from the EPA, which will enable Dublin Port Company (DPC) to carry out the disposal of dredged material at the licensed disposal site, Burford Bank.
II.1.5)Estimated total value
Value excluding VAT: 5 000 000.00 EUR
II.1.6)Information about lots
This contract is divided into lots: no
II.2)Description
II.2.1)Title:
II.2.2)Additional CPV code(s)
34513250
43310000
45200000
45220000
45222110
45244000
45244100
45245000
71300000
71320000
71322000
71331000
71351720
71351811
71351923
71354500
90510000
90522200
II.2.3)Place of performance
NUTS code: IE021
Main site or place of performance:
II.2.4)Description of the procurement:
The required dredging will be undertaken as part of the proposed works to permit access to Alexandra Basin West and provide sufficient water depths for vessels in Alexandra Basin West at all stages of the tide. The contract to be awarded will cover the first seasons dredging and will take place in the outer approach channel. This equates to approximately 1 061 818 m³ of dredging. It is envisaged that the dredging of uncontaminated material will be carried out during winter months only, within a 6 month period (October 2017 to March 2018) to negate any potential impact on salmonid migration and summer bird feeding, notably terns, in the vicinity of the dredging operations. A Dumping at Sea (DaS) Permit has being granted from the EPA, which will enable Dublin Port Company (DPC) to carry out the disposal of dredged material at the licensed disposal site, Burford Bank.
II.2.5)Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
Value excluding VAT: 5 000 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 9
This contract is subject to renewal: no
II.2.9)Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 8
Objective criteria for choosing the limited number of candidates:
As per the prequalification questionnaire available to download from www.etenders.gov.ie under RFT ID No. 120090.
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: no
II.2.12)Information about electronic catalogues
II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: yes
Identification of the project: Co-financed by the European Union Trans-European TransportNetwork (TEN-T).
II.2.14)Additional information
Section III: Legal, economic, financial and technical information
III.1)Conditions for participation
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
As per the prequalification questionnaire available to download from www.etenders.gov.ie under RFT ID No. 120090.
III.1.2)Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3)Technical and professional ability
Selection criteria as stated in the procurement documents
III.1.4)Objective rules and criteria for participation
List and brief description of rules and criteria:
As per the prequalification questionnaire available to download from www.etenders.gov.ie under RFT ID No. 120090.
III.1.5)Information about reserved contracts
III.1.6)Deposits and guarantees required:
As per the prequalification questionnaire available to download from www.etenders.gov.ie under RFT ID No. 120090.
III.1.7)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
As per the prequalification questionnaire available to download from www.etenders.gov.ie under RFT ID No. 120090.
III.1.8)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
As per the prequalification questionnaire available to download from www.etenders.gov.ie under RFT ID No. 120090.
III.2)Conditions related to the contract
III.2.2)Contract performance conditions:
As per the prequalification questionnaire available to download from www.etenders.gov.ie under RFT ID No. 120090.
III.2.3)Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
Section IV: Procedure
IV.1)Description
IV.1.1)Type of procedure
Negotiated procedure with prior call for competition
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogue
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated
IV.1.6)Information about electronic auction
IV.1.8)Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: yes
IV.2)Administrative information
IV.2.1)Previous publication concerning this procedure
IV.2.2)Time limit for receipt of tenders or requests to participate
Date: 10/07/2017
Local time: 12:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date: 14/07/2017
IV.2.4)Languages in which tenders or requests to participate may be submitted:
English
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
IV.2.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about electronic workflows
VI.3)Additional information:
— This competition is being conducted using the Negotiated Procedure in accordance with Directive 2014/25/EU of the European Parliament and of the Council.
— The closing date for receipt of queries concerning this stage of the competition is 3.7.2017 at 12:00 (noon Irish-time). All queries should be sent through the e-Tenders messaging facility.
— DPC will not be responsible for any costs, charges or expenses incurred by applicants or tenderers in response to this competition.
— Award of any contract will be subject to the approval of the competent authorities.
— If for any reason it is not possible to conclude the contract with the successful tenderer designate emerging from this competitive process, or if having concluded the contract DPC decides to terminate that agreement, DPC reserves the right to award the contract to the next highest scoring tenderer 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, DPC may elect to terminate this procurement process or the concluded contract at any time.
— It is anticipated that between 5 and 8 Candidates will be invited to tender subject to the receipt of suitable PQQs.
— DPC reserves the right to award the contract on foot of the original tenders submitted without entering into negotiation stages.
VI.4)Procedures for review
VI.4.2)Body responsible for mediation procedures
VI.4.3)Review procedure
VI.4.4)Service from which information about the review procedure may be obtained
VI.5)Date of dispatch of this notice:
23/06/2017