Contract notice - utilities

Information

Published

Date of dispatch of this notice: 02/01/2019

Expire date: 31/01/2019

External Reference: 2019-216403

TED Reference: 2019/S 003-004239

Contract notice - utilities

Contract notice – utilities

Services

Directive 2014/25/EU

Section I: Contracting entity

I.1)

Name and addresses

Iarnrod Eireann-Irish Rail
N/A
Procurement, CIE Works,
Dublin 8
Inchicore
IE
Contact person: Fergal Riggs
Telephone: +353 017033718
Fax: +353 014537349
Internet address(es):
Main address: www.irishrail.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=140156&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

Port-related activities

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

FRAMEWORK AGREEMENT FOR THE PROVISION OF MARINE PORT ENGINEERING CONSULTANCY SERVICES AT ROSSLARE EUROPORT
Reference number:  7168
II.1.2)

Main CPV code

98362100  -  Marine-base support services
II.1.3)

Type of contract

Services
II.1.4)

Short description

Iarnród Éireann are seeking to establish a single lot, multi-party framework agreement of up to five multi-disciplinary consultants capable of delivering Iarnród Éireann’s marine and port engineering consultancy services over the next three or four years.
The Marine and Port Engineering Framework Agreement shall facilitate the provision of the following services for Rosslare Europort:
• Port Infrastructure Planning and Design;
• RORO Terminal Planning and Design;
• Coastal & Marine Civil Engineering Design;
• Mechanical, Hydraulic and Electrical Engineering Design;
• Environmental Design.
In addition to the above specific areas of expertise in Marine and Port Engineering, the successful consultant shall also be required to undertake the role of Project Supervisor Design Process (PSDP) and provide project management, quantity surveying and contract administration services. See PQQ attached where further details are outlined.
II.1.5)

Estimated total value

Value excluding VAT: 1600000.00  EUR
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

71354500  -  Marine survey services
73112000  -  Marine research services
98360000  -  Marine services
II.2.3)

Place of performance

Main site or place of performance:  
Rosslare, Co. Wexford
II.2.4)

Description of the procurement

Iarnród Éireann are seeking to establish a single lot, multi-party framework agreement of up to five multi-disciplinary consultants capable of delivering Iarnród Éireann’s marine and port engineering consultancy services over the next three or four years.
The Marine and Port Engineering Framework Agreement shall facilitate the provision of the following services for Rosslare Europort:
• Port Infrastructure Planning and Design;
• RORO Terminal Planning and Design;
• Coastal & Marine Civil Engineering Design;
• Mechanical, Hydraulic and Electrical Engineering Design;
• Environmental Design.
In addition to the above specific areas of expertise in Marine and Port Engineering, the successful consultant shall also be required to undertake the role of Project Supervisor Design Process (PSDP) and provide project management, quantity surveying and contract administration services.
The first contract to be awarded under this framework is proposed to be the update of the Infrastructure Masterplan for Rosslare Europort.
Other possible appointments for those appointed to the Framework Panel may include but will not be limited to the following:
• Berth 3 Upgrade;
• Port Layout Alterations;
• Terminal Management System;
• Berth 3 Passenger Gangway Condition Survey;
• Pavement Renewals Projects;
• Maintenance Dredging, Dumping at Sea Licence Application;
• Other Port Expansion/Redevelopment projects.
The framework will have a duration of 3 years with the option for Iarnród Éireann to extend the agreement for a further year to a maximum of 4 years. The obligations under the Framework Agreement shall remain valid until the satisfactory completion of all services appointed under the Agreement. See PQQ attached where further details are outlined.
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: 1600000.00  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:  
36 months or 48 months if an option to extend by 12 months is utilised
II.2.9)

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

Envisaged minimum number: 1  /  Maximum number: 5
Objective criteria for choosing the limited number of candidates:
See PQQ attached
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: yes
Description of options:
An option to extend the initial term of 36 months by an initial period of 12 months is being reserved.
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.1.1)

Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:  See PQQ attached
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: See PQQ attached
III.1.8)

Legal form to be taken by the group of economic operators to whom the contract is to be awarded

See PQQ attached
III.2)

Conditions related to the contract

III.2.2)

Contract performance conditions

To be advised at ITT stage

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:  5
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 : no
IV.2)

Administrative information

IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  31/01/2019
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 : 6  (from the date stated for receipt of tender)

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  yes
Estimated timing for further notices to be published:  
02.01.2021
VI.3)

Additional information

See PQQ attached
VI.4)

Procedures for review

VI.4.1)

Review body

The High Court
Dublin
IE