Contract notice - utilities

Information

Published

Date of dispatch of this notice: 17/07/2017

Expire date: 16/08/2017

External Reference: 2017-677794

TED Reference: 2017/S 136-279720

Contract notice - utilities

Cached Version

Contract notice – utilities

Supplies

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
Telephone: +353 018145495
NUTS code:  IE -  IRELAND
Internet address(es):
Main address: http://www.daa.ie

I.2)

Joint procurement

The contract is awarded by a central purchasing body
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=115910&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 / Supply of Equipment
Reference number:  P3409
II.1.2)

Main CPV code

38581000  -  Baggage-scanning equipment
II.1.3)

Type of contract

Supplies
II.1.4)

Short description

daa currently has a number of Baggage Handling System (BHS) installations at Dublin and Cork Airports which are utilised in the Hold Baggage Screening (HBS) process for the security screening of checked bags. 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 specialist supplier (hereafter referred as the ‘HBS Equipment Supplier’) for the
supply, servicing and maintenance of of ECAC CEP certified ‘Standard 3’ Explosive Detection Systems (EDS) systems (also meeting the TSA “Certified (EDS-CP)” or “Qualified (EDS-CP)” standard) and associated technologies for the screening of hold baggage at each of the Contracting Authority’s terminals at Dublin and Cork Airports.
II.1.5)

Estimated total value

Value excluding VAT: 20000000.00  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
34961000  -  Baggage-handling system
34961100  -  Baggage-handling equipment
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 currently has a number of Baggage Handling System (BHS) installations at Dublin and Cork Airports which are utilised in the Hold Baggage Screening (HBS) process for the security screening of checked bags. 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 specialist supplier (hereafter referred as the ‘HBS Equipment Supplier’) for the supply, servicing and maintenance of of ECAC CEP certified ‘Standard 3’ Explosive Detection Systems (EDS) systems (also meeting the TSA “Certified (EDS-CP)” or “Qualified (EDS-CP)” standard) and associated technologies for the screening of hold baggage at each of the Contracting Authority’s terminals at Dublin and Cork Airports.
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: 20000000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 180
This contract is subject to renewal: no
II.2.10)

Information about variants

Variants will be accepted: yes
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
II.2.14)

Additional information

As per the RFI documentation, available via www.etenders.gov.ie.

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 per the RFI documentation, available via www.etenders.gov.ie.
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 documentation, available via www.etenders.gov.ie.
III.1.6)

Deposits and guarantees required

As per the RFI documentation, available via www.etenders.gov.ie.
III.1.7)

Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them

As per the RFI documentation, available via www.etenders.gov.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 documentation, available via www.etenders.gov.ie.
III.2)

Conditions related to the contract

III.2.2)

Contract performance conditions

As per the RFI documentation, available via www.etenders.gov.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

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

Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated
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

Notice number in the OJ S: 2017/S 082-159175
IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  16/08/2017
Local time:  17:00
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 ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3)

Additional information

As per the RFI documentation, available via www.etenders.gov.ie.
VI.4)

Procedures for review

VI.4.1)

Review body

Martin Acton
Dublin Airport
Dublin
IE

VI.5)

Date of dispatch of this notice

17/07/2017