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:
Provision of Multi-Discipline Consultancy Services to daa Drainage Framework
Reference number: P10844
II.1.2)Main CPV code
71311000
II.1.3)Type of contract
Services
II.1.4)Short description:
Daa (also referred to in this document as the ‘Contracting Authority’) is a major international airport company employing over 3 000 people. The Group’s principal activities are airport development, operation and management, Irish and international airport retail management and international airport investment.
The Contracting Authority is responsible for construction development at Cork and Dublin Airports and to facilitate this construction development, the Contracting Authority wishes to appoint a framework of suitably qualified Tenderers to provide multi-discipline consultancy services associated with the development of a Drainage Masterplan.
The Contracting Authority wishes to procure the services of multi-discipline consultancy services (hereafter referred to as the ‘Consultant’) to act on behalf of the Contracting Authority, in providing multi-discipline consultancy services on specified projects.
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)
44163112
45111240
45232450
45232451
45232452
71240000
71310000
71311100
71313000
71356400
71410000
71541000
72130000
72222000
90712000
90712100
90712500
90733500
90733800
II.2.3)Place of performance
NUTS code: IE
NUTS code: 00
II.2.4)Description of the procurement:
The Contracting Authority intends to appoint a minimum of four (4) and a maximum of six (6) Tenderers onto a Framework Panel on a non-exclusive basis following the Request-for-Tender-Stage (RFT). It is anticipated that the term of the Framework shall be three (3) years with an option to extend by a further two (2) years. Further details in relation to the process for selection and appointment to the Framework and the basis for the award of contracts under the Framework are set out in Section 3.6.
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: 36
This contract is subject to renewal: yes
Description of renewals:
It is anticipated that the term of the Framework shall be three (3) years with an option to extend by a further two (2) years. Further details in relation to the process for selection and appointment to the Framework and the basis for the award of contracts under the Framework are set out in the procurement documentation.
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: 08/03/2018
Local time: 12:00
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
daa plc
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:
05/02/2018