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
Airport-related activities
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
HBS Upgrade Multi Discplinary Consultancy Services.
Reference number: P3370
II.1.2)Main CPV code
72224000
II.1.3)Type of contract
Services
II.1.4)Short description:
Daa (also referred to in this document as the ‘Contracting Authority’) currently has a number of baggage handling system installations at Dublin and Cork Airports. As a result of upcoming regulatory compliance requirements and in response to the increased capacity requirements and need to consider asset life replacements of existing installations, the Contracting Authority wishes to procure the services of a Multi-Discipline Design and Delivery Consultant (hereafter referred to as the ‘Consultant’) to act on behalf of the Contracting Authority to design and project manage the delivery of a number of baggage handling system (BHS) projects from inception through to completion and handover. Initially the focus is anticipated to be an upgrade of the existing baggage handling systems to comply with Security Regulation EU No. 1087/2011 in respect of Standard 3 Hold Baggage Screening.
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)
34960000
38581000
42417200
71000000
71200000
71220000
71221000
71223000
71310000
71311000
71311100
71311300
71312000
71315000
71315200
71315210
71541000
II.2.3)Place of performance
NUTS code: IE
Main site or place of performance:
Dublin and Cork Airports.
II.2.4)Description of the procurement:
Daa (also referred to in this document as the ‘Contracting Authority’) currently has a number of baggage handling system installations at Dublin and Cork Airports. As a result of upcoming regulatory compliance requirements and in response to the increased capacity requirements and need to consider asset life replacements of existing installations, the Contracting Authority wishes to procure the services of a Multi-Discipline Design and Delivery Consultant (hereafter referred to as the ‘Consultant’) to act on behalf of the Contracting Authority to design and project manage the delivery of a number of baggage handling system (BHS) projects from inception through to completion and handover. Initially the focus is anticipated to be an upgrade of the existing baggage handling systems to comply with Security Regulation EU No. 1087/2011 in respect of Standard 3 Hold Baggage Screening.
The full scope of services will be outlined at RFT stage. The successful Consultant will be required to provide a multi-disciplinary team led by a Project Manager to prepare a full suite of design and delivery services associated with the delivery of a number of airport development projects associated with baggage handling systems. It is anticipated that the successful Consultant will be required to design and manage a wide variety of related issues ranging from the design of airport buildings and alterations, baggage handling systems, Information and Communications Technology (ICT) networks, utility services, buildings alterations, mechanical, electrical and plumbing (MEP) facilities and related structures.
It is intended that the Consultant will be appointed on a non-exclusive single party framework basis for up to five (5) years to facilitate future baggage handling and airport technologies projects.
Potential Applicants should note that daa does not anticipate that it will make further information about the Project or the Competition available to Applicants at this stage of the Competition (save for responses to clarification requests).
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: 60
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: 5
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: no
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
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:
III.1.5)Information about reserved contracts
III.1.6)Deposits and guarantees required:
III.1.7)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.8)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.2)Conditions related to the contract
III.2.1)Information about a particular profession
III.2.2)Contract performance conditions:
III.2.3)Information about staff responsible for the performance of 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
The procurement involves the establishment of a framework agreement
Framework agreement with a single operator
IV.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogue
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: 03/05/2017
Local time: 15:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
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
Electronic invoicing will be accepted
Electronic payment will be used
VI.3)Additional information:
VI.4)Procedures for review
VI.4.1)Review body
Martin Acton
Dublin airport
Dublin
Ireland
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:
03/04/2017