Contract notice - utilities

Information

Published

Date of dispatch of this notice: 06/04/2018

Expire date: 09/05/2018

External Reference: 2018-464880

TED Reference: 2018/S 069-153797

Contract notice - utilities

Cached Version

Contract notice – utilities

Services

Directive 2014/25/EU

Section I: Contracting entity

I.1)

Name and addresses

Dublin Port Company
N/A
Port Centre
Dublin 1
Alexandra Road
IE
Contact person: Michael Lennon
NUTS code:  IE061 -  Dublin
Internet address(es):
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=127339&B=ETENDERS_SIMPLE
Additional information can be obtained from
the abovementioned address:  
Tenders or requests to participate must be submitted
to the following address: 
Michael Lennon Dublin Port Company Port Centre,
Alexandra Road,
Dublin 1
DO1 H4C6
IE
Contact person: Michael Lennon
NUTS code:  IE061 -  Dublin
Internet address(es):
I.6)

Main activity

Port-related activities

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Port Hydrographic Survey Framework 2018-2024
Reference number:  CP 1501
II.1.2)

Main CPV code

71353100  -  Hydrographic surveying services
II.1.3)

Type of contract

Services
II.1.4)

Short description

DPC proposes to establish a Multi Party Framework Agreement for Hydrographic Survey Services. The surveys required may include, but are not limited:
- Bathymetric measurement, completion (as-built) and permit return surveys during the course of capital dredging works at the Port of Dublin;
- Bathymetric measurement surveys for maintenance dredging campaigns at the Port of Dublin;
- Bathymetric monitoring surveys for navigation at the Port of Dublin;
- Bathymetric surveys in relation to dredging activities at the Port of Dundalk;
- Bathymetric monitoring surveys for navigation at the Port of Dundalk; and
- Supplementary hydrographic services as required at Dublin and Dundalk Port.
During the duration of the Framework, it is anticipated that two call-off contracts will be awarded, each of duration of 3 years.The multi party framework agreement will be established on foot of call off contract no 1 (the initial contract).
II.1.5)

Estimated total value

Value excluding VAT: 2000000.00  EUR
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

71351923  -  Bathymetric surveys services
71354400  -  Hydrographic services
II.2.3)

Place of performance

NUTS code:  IE061 -  Dublin
Main site or place of performance:  
Dublin, Dundalk
II.2.4)

Description of the procurement

DPC proposes to establish a Multi Party Framework Agreement for Hydrographic Survey Services. The surveys required may include, but are not limited:
- Bathymetric measurement, completion (as-built) and permit return surveys during the course of capital dredging works at the Port of Dublin;
- Bathymetric measurement surveys for maintenance dredging campaigns at the Port of Dublin;
- Bathymetric monitoring surveys for navigation at the Port of Dublin;
- Bathymetric surveys in relation to dredging activities at the Port of Dundalk;
- Bathymetric monitoring surveys for navigation at the Port of Dundalk; and
- Supplementary hydrographic services as required at Dublin and Dundalk Port.
During the duration of the Framework, it is anticipated that two call-off contracts will be awarded, each of duration of 3 years.The multi party framework agreement will be established on foot of call off contract no 1 (the initial contract).
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: 2000000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 72
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 per the Pre Qualification questionnaire available to download from www.etenders.gov.ie under RFT ID No: 132262.
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: yes
Identification of the project: Co-financed by the European Union Connecting Europe Facility.

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 Pre Qualification questionnaire available to download from www.etenders.gov.ie under RFT ID No: 132262.
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 Pre Qualification questionnaire available to download from www.etenders.gov.ie under RFT ID No: 132262.
III.1.6)

Deposits and guarantees required

As per the Pre Qualification questionnaire available to download from www.etenders.gov.ie under RFT ID No: 132262.
III.1.7)

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

As per the Pre Qualification questionnaire available to download from www.etenders.gov.ie under RFT ID No: 132262.
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 Pre Qualification questionnaire available to download from www.etenders.gov.ie under RFT ID No: 132262.
III.2)

Conditions related to the contract

III.2.2)

Contract performance conditions

As per the Pre Qualification questionnaire available to download from www.etenders.gov.ie under RFT ID No: 132262.
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

Negotiated procedure with prior call for competition
IV.1.3)

Information about a framework agreement or a dynamic purchasing system

Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement:  3
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.2.2)

Time limit for receipt of tenders or requests to participate

Date:  09/05/2018
Local time:  12:00
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 : 12  (from the date stated for receipt of tender)

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.3)

Additional information

1) Interested parties must register their interest on the eTenders website (www.etenders.gov.ie) in order to be included on the mailing list for clarifications. All information relating to attachments, including clarifications and changes, will be published on the Irish Government Procurement Opportunities Portal (www.etenders.gov.ie) only. Registration is free of charge. DPC will not accept responsibility for information relayed (or not relayed) via third parties.
2) The closing date for receipt of queries concerning this stage of the competition is 27.04.18 at 12:00 (noonIrish-time). All queries should be sent through the e-Tenders messaging facility.
3) DPC will not be responsible for any costs, charges or expenses incurred by candidates or tenderers.
4) If for any reason it is not possible to admit to the framework agreement one or more of the tenderers invited following the conclusion of this competitive process, DPC reserves the right to invite the next highest scoring tenderer(s) to join the framework agreement as appropriate.
This shall be without prejudice to the right of DPC to cancel this competitive process and/or initiate a new contract award procedure at its sole discretion.
5) At its absolute discretion, DPC may elect to terminate this procurement process, the framework agreement or any contract awarded under the framework agreement at any time.
6) DPC reserves the right to successively reduce the number of operators during this negotiated procedure. DPC may gradually reduce the number of solutions to be discussed or tenders to be negotiated.
7)It is anticipated that 5 applicants will be invited to tender subject to the receipt of suitable PQQs.
8) This competition is being conducted using the Negotiated Procedure in accordance with Directive 2014/25/EU of the European Parliament and of the Council.
9) DPC reserves the right to award the contract on foot of the original tenders submitted without entering into negotiation stages.
VI.4)

Procedures for review

VI.4.1)

Review body

The High Court
Four Courts, Inns Quay
Dublin
7
IE