loading
  • IE-D02 WT20 Dublin
  • 22.09.2017
  • Ausschreibung
  • (ID 2-275552)

Engineering Design Services for New Metro North.


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 22.09.2017, 12:00 Bewerbungsschluss
    Verfahren Nicht offenes Verfahren
    Teilnehmer Gewünschte Teilnehmerzahl: min. 5 - max. 5
    Gebäudetyp Verkehr
    Art der Leistung Bauleistung / Objektplanung Gebäude / Objektplanung Verkehrsanlagen / allgemeine Beratungsleistungen / Umweltverträglichkeitsstudie / Tragwerksplanung / Bodenmechanik, Erd-/ Grundbau
    Sprache Englisch
    Aufgabe
    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.
    Leistungsumfang
    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.
    Adresse des Bauherren IE-D02 WT20 Dublin
    TED Dokumenten-Nr. 327780-2017

  • Anzeigentext Ausschreibung

    maximieren

    • Ireland-Dublin: Engineering design services

      2017/S 158-327780

      Contract notice – utilities

      Services

      Directive 2014/25/EU

      Section I: Contracting entity

      I.1)Name and addresses
      National Transport Authority
      N/A
      Dun Sceine, Iveagh Court, Harcourt Lane
      Dublin
      D02 WT20
      Ireland
      Contact person: Mark Bradwell
      Telephone: +353 01-8798300
      E-mail: MTVrbWpecG1gaGBpbztpXG9kamlcZ29tXGlua2ptbylkYA==
      Fax: +353 01-8798333
      NUTS code: IE061

      Internet address(es):

      Main address: https://nationaltransport.ie

      Address of the buyer profile: https://irl.eu-supply.com/ctm/Company/CompanyInformation/Index/1149

      I.1)Name and addresses
      Transport Infrastructure Ireland
      Parkgate Business Centre, Parkgate Street
      Dublin 8
      DOS DK10
      Ireland
      Contact person: Paula Lillis
      Telephone: +353 01-6463400
      E-mail: MThoWW1kWSZkYWRkYWs4bGFhJmFd
      NUTS code: IE061

      Internet address(es):

      Main address: http://www.tii.ie/

      Address of the buyer profile: https://irl.eu-supply.com/ctm/Company/Companylnformation/lndex/120261

      I.2)Joint procurement
      The contract involves joint procurement
      I.3)Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=117081&B=ETENDERS_SIMPLE
      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:

       

      Dublin, Ireland.

       

      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.4.1)Review body
      High Court of Ireland
      Four Courts, Ground Floor (East Wing), Inns Quay
      Dublin
      7
      Ireland
      Telephone: +353 18886000
      E-mail: MjE0WltZWlVhZ2RmVVdgZmRTXmFYWFtVVzJVYWdkZmUgW1c=
      Fax: +353 18886125

      Internet address:http://www.courts.ie

      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
    © 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 21.08.2017
Zuletzt aktualisiert 21.08.2017
Wettbewerbs-ID 2-275552 Status Kostenpflichtig
Seitenaufrufe 70