Contract notice - utilities

Information

Published

Date of dispatch of this notice: 03/04/2017

Expire date: 03/05/2017

External Reference: 2017-945342

TED Reference: 2017/S 067-126994

Contract notice - utilities

Cached Version

Contract notice – utilities

Services

Directive 2014/25/EU

Section I: Contracting entity

I.1)

Name and addresses

daa plc
N/A
Dublin Airport
Dublin
Co Dublin
IE
Contact person: Brian Collier
NUTS code:  IE -  IRELAND
Internet address(es):
Main address: http://www.daa.ie

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=110749&B=ETENDERS_SIMPLE
Additional information can be obtained from
the abovementioned address:  
Tenders or requests to participate must be submitted
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  -  Project management consultancy services
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: 5000000.00  EUR
II.1.6)

Information about lots

This contract is divided into lots: no
II.2)

Description

II.2.2)

Additional CPV code(s)

34960000  -  Airport equipment
38581000  -  Baggage-scanning equipment
42417200  -  Conveyors
71000000  -  Architectural, construction, engineering and inspection services
71200000  -  Architectural and related services
71220000  -  Architectural design services
71221000  -  Architectural services for buildings
71223000  -  Architectural services for building extensions
71310000  -  Consultative engineering and construction services
71311000  -  Civil engineering consultancy services
71311100  -  Civil engineering support services
71311300  -  Infrastructure works consultancy services
71312000  -  Structural engineering consultancy services
71315000  -  Building services
71315200  -  Building consultancy services
71315210  -  Building services consultancy services
71541000  -  Construction project management services
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
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: 5000000.00  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.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no

Section III: Legal, economic, financial and technical information

III.1)

Conditions for participation

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 RFI documents available at www.etenders.ie
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 RFI documents available at www.etenders.ie
III.2)

Conditions related to the contract

III.2.2)

Contract performance conditions

As per the RFI documents available at www.etenders.ie

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

Framework agreement with a single operator
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.2.2)

Time limit for receipt of tenders or requests to participate

Date:  03/05/2017
Local time:  15:00
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English

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

As per the RFI documents available at www.etenders.ie
VI.4)

Procedures for review

VI.4.1)

Review body

Martin Acton
Dublin airport
IE

VI.5)

Date of dispatch of this notice

03/04/2017