Contract notice - utilities

Information

Published

Date of dispatch of this notice: 24/01/2018

Expire date: 26/02/2018

External Reference: 2018-156645

TED Reference: 2018/S 018-038089

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: Jane Hughes
Telephone: +353 019449802
NUTS code:  IE061 -  Dublin
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=124191&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

Provision of Passengers with Reduced Mobility services
Reference number:  P11003
II.1.2)

Main CPV code

63731000  -  Airport operation services
II.1.3)

Type of contract

Services
II.1.4)

Short description

daa has a requirement for a third party to provide assistance services to persons with reduced mobility.
Lot 1 – Dublin Airport:
The following sites may be covered under this service contract: Dublin Airport – full campus, long term car parks, short term car parks, all coach and bus parks, terminal 1, terminal 2 and airside activities.
The successful company must be capable of managing circa 300,000 movements per annum.
Lot 2 – Cork Airport
The following sites may be covered under this service contract: Cork Airport – full campus, long term car parks, short term car parks, all coach and bus parks and airside activities.
The successful company must be capable of managing circa 25,000 movements per annum,
The successful company must full adherence to all relevant regulations as required.
II.1.5)

Estimated total value

Value excluding VAT: 45500000.00  EUR
II.1.6)

Information about lots

This contract is divided into lots: yes
Tenders may be submitted for  all lots
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:  
Lot 1 and Lot 2.
II.2)

Description

II.2.1)

Title

Provision of Passengers with Reduced Mobility services - Dublin Airport
Lot No:  1
II.2.2)

Additional CPV code(s)

60400000  -  Air transport services
63730000  -  Support services for air transport
98330000  -  Physical well-being services
II.2.3)

Place of performance

NUTS code:  IE061 -  Dublin
NUTS code:  IE042 -  West
Main site or place of performance:  
Dublin Airport
II.2.4)

Description of the procurement

daa has a requirement for a third party to provide assistance services to persons with reduced mobility across all required locations.
Lot 1 – Dublin Airport:
The following sites may be covered under this service contract: Dublin Airport – full campus, including long term car parks, short term car parks, all coach and bus parks, terminal 1, terminal 2 and airside activities. This scope of the sites is subject to change and may increase or decrease as required.
The successful company must be capable of managing circa 300,000 movements per annum, ensuring full adherence to all relevant regulations as required.
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: 43400000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 84
This contract is subject to renewal: yes
Description of renewals:  
84 months time.
II.2.9)

Information about the limits on the number of candidates to be invited

Envisaged minimum number: 4  /  Maximum number: 12
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
II.2)

Description

II.2.1)

Title

Provision of Passengers with Reduced Mobility services - Cork Airport
Lot No:  2
II.2.2)

Additional CPV code(s)

60400000  -  Air transport services
63730000  -  Support services for air transport
98330000  -  Physical well-being services
II.2.3)

Place of performance

NUTS code:  IE042 -  West
Main site or place of performance:  
Cork Airport
II.2.4)

Description of the procurement

daa has a requirement for a third party to provide assistance services to persons with reduced mobility across all required locations.
Lot 2 – Cork Airport
The following sites may be covered under this service contract: Cork Airport – full campus, including long term car parks, short term car parks, all coach and bus parks and airside activities. This scope of the sites is subject to change and may increase or decrease as required.
The successful company must be capable of managing circa 25,000 movements per annum, ensuring full adherence to all relevant regulations as required.
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: 2450000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 84
This contract is subject to renewal: yes
Description of renewals:  
84 months time
II.2.9)

Information about the limits on the number of candidates to be invited

Envisaged minimum number: 4  /  Maximum number: 12
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.2)

Conditions related to the contract

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Negotiated procedure with prior call for competition
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:  2/26/2018
Local time:  12:00
IV.2.3)

Estimated date of dispatch of invitations to tender or to participate to selected candidates

Date: 4/27/2018
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

Tender must be valid until:  8/27/2018

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  yes
Estimated timing for further notices to be published:  
84 months
VI.2)

Information about electronic workflows

Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.4)

Procedures for review

VI.4.1)

Review body

daa
Dublin
IE