Contract notice – utilities
Directive 2014/25/EU
Section I: Contracting entity
I.2)Joint procurement
The contract involves 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
Other activity: urban railway, tramway, trolleybus or bus services and motorways/roads development.
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Engineering Design Services for New Metro North.
II.1.2)Main CPV code
71320000
II.1.3)Type of contract
Services
II.1.4)Short description:
The NTA and TII (see Section VI.3. — Additional Information) seek to appoint a design team to progress the New Metro North Project from the Concept Design stage to construction, inclusive of the obtaining of planning and environmental consents, the tendering of the scheme's construction and (provisional) construction supervision.
NMN is a metro rail project, with an approximate length of about 19 kms, mainly in tunnel, and with (approximately) 14 stations, located in Dublin, Ireland. It will provide a high-speed, high-capacity, high-frequency, modern and efficient metro service for people travelling on the Swords/Airport to City Centre corridor in Dublin.
The scheme is likely to link with the existing Green Line (a surface light rail line) in the South City area and the design services will include for continuation of metro services southwards past the tie-in point, together with any associated surface light rail changes. Full details will be provided at the tender stage.
II.1.5)Estimated total value
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)
34640000
45234125
45262640
60112000
60200000
60210000
71220000
71242000
71300000
71311230
71313000
71313400
71313420
71313430
71313440
71322000
71322500
71323000
71327000
71330000
71332000
71335000
71340000
71400000
71600000
79415200
II.2.3)Place of performance
NUTS code: IE061
Main site or place of performance:
II.2.4)Description of the procurement:
NTA and TII (see note in Section VI.3.- Additional Information) seek to appoint a design team (the ‘Designer’) to progress New Metro North (NMN) from the Concept Design stage to construction, inclusive of the obtaining of planning and environmental consents, the tendering of the scheme's construction and (provisional) construction supervision.
The Designer shall, inter alia,:
— Develop the Concept Design to a full Preliminary Design;
— Undertake all necessary surveys and analysis to prepare the Preliminary Design;
— Prepare an Environmental Impact Assessment Report (formerly referred to as an EIS) and Natura Impact Statement in accordance with the requirements of the relevant European and Irish legislation together with any other required environmental assessments;
— Produce the appraisal documentation including the Preliminary Business Case and Business Case to a methodology and standard that achieves Governmental approval;
— Prepare all Railway Order documents for planning submission;
— Support the planning consent process for the Railway Order;
— Prepare a construction procurement strategy;
— Develop tender documents for the construction of NMN;
— Manage various tender processes required for the delivery of the project;
— Act as Employer's Representative in relation to the construction phase of the project (provisional service); and
— Other services related to the planning, design and delivery of NMN.
Full details will be set out in the tender documents.
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
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 42
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
Objective criteria for choosing the limited number of candidates:
As stated in the procurement documents.
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
List and brief description of conditions:
As set out in the procurement documents comprising of the Suitability Assessment Questionnaire and associated appendices.
III.1.2)Economic and financial standing
List and brief description of selection criteria:
As set out in the procurement documents comprising of the Suitability Assessment Questionnaire and associated appendices.
Minimum level(s) of standards possibly required:
As set out in the procurement documents comprising of the Suitability Assessment Questionnaire and associated appendices.
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 set out in the procurement documents comprising of the Suitability Assessment Questionnaire and associated appendices.
III.1.5)Information about reserved contracts
III.1.6)Deposits and guarantees required:
As set out in the procurement documents comprising of the Suitability Assessment Questionnaire and the subsequent tender documents.
III.1.7)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
As set out in the procurement documents comprising of the Suitability Assessment Questionnaire and the subsequent tender documents.
III.1.8)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
As set out in the procurement documents comprising of the Suitability Assessment Questionnaire and the subsequent tender documents.
III.2)Conditions related to the contract
III.2.1)Information about a particular profession
III.2.2)Contract performance conditions:
As set out in the procurement documents comprising of the Suitability Assessment Questionnaire and the subsequent tender documents.
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
Restricted procedure
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
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: 22/09/2017
Local time: 12:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date: 13/10/2017
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
Duration in months: 6 (from the date stated for receipt of 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:
It is anticipated that subsequent to receipt of responses to the Suitability Assessment Questionnaire, five candidates will be invited to submit tenders for this contract, subject to a sufficient number of suitably qualified candidates.
Neither NTA or TII will be responsible for any costs, charges or expenses incurred by candidates or tenderers relating to this contract award procedure irrespective of the outcome of the competition, or if the competition is postponed or cancelled.
NTA and TII are jointly undertaking this procurement. It is currently envisaged that NTA and TII will be the joint contracting authority for the Contract. However, the Contract may be entered into by both NTA and TII on a joint basis or by NTA only or by TII only. A final decision on the contracting party entering into the Contract will be taken prior to the award of the Contract. NTA is administering this procurement process on behalf of both NTA and TII.
Any contract award will be subject to a number of preconditions, including production of a current tax clearance certificate or tax clearance statement from the Revenue Commissioners in Ireland. The contracting authorities may terminate this competition (or any part thereof), or change the basis of, and the procedures for, the bidding process, at any time, or procure the services by alternative means if it appears that the services can thereby be more advantageously procured.
The most economically advantageous or any tender will not automatically be accepted.
The stated time period of 42 months is reflective of the current project programme and does not include the provisional construction supervision period.
VI.4)Procedures for review
VI.4.2)Body responsible for mediation procedures
VI.4.3)Review procedure
Precise information on deadline(s) for review procedures:
As set out in S.I. No. 131/2010 European Communities (Award of Contracts by Utilities Undertakings) (Review Procedures) Regulations 2010 (in particular Regulation 7.
VI.4.4)Service from which information about the review procedure may be obtained
VI.5)Date of dispatch of this notice:
18/08/2017