Contract notice - utilities

Information

Published

Date of dispatch of this notice: 09/04/2019

Expire date: 08/05/2019

External Reference: 2019-244477

TED Reference: 2019/S 073-174027

Contract notice - utilities

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
Telephone: +353 18876053
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=145078&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

Multi-Party Framework for Planning Consultancy Services
Reference number:  CP1501
II.1.2)

Main CPV code

90712000  -  Environmental planning
II.1.3)

Type of contract

Services
II.1.4)

Short description

DPC wishes to establish a Multi-Party Framework for Planning Consultancy Services for Dublin Port Estate and other lands in DPC control. The anticipated services which may be required under the Framework are more particularly set out in the procurement documents available on www.etenders.gov.ie
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)

71240000  -  Architectural, engineering and planning services
71313400  -  Environmental impact assessment for construction
71313440  -  Environmental Impact Assessment (EIA) services for construction
71410000  -  Urban planning services
90700000  -  Environmental services
90711000  -  Environmental impact assessment other than for construction
90711400  -  Environmental Impact Assessment (EIA) services other than for construction
90712100  -  Urban environmental development planning
90713000  -  Environmental issues consultancy services
II.2.3)

Place of performance

Main site or place of performance:  
Dublin
II.2.4)

Description of the procurement

DPC wishes to establish a Multi-Party Framework for Planning Consultancy Services for Dublin Port Estate and other lands in DPC control. It is anticipated that the services may include (but not limited to):
a) Planning application preparation and co-ordination for DPC;
b) Assess sites from a planning perspective;
c) Appraise sites for potential DPC site acquisitions;
d) Advise on overall planning strategy;
e) Advise on land use planning and zoning issues;
f) Assist Lead Designer in finalisation of site master planning for particular projects;
g) Prepare and co-ordinate Strategic Infrastructure Development applications to An Bord Pleanála;
h) Represent DPC in pre-application meetings and consultations with planning authorities;
i) Advise and co-ordinate planning appeals;
j) Provide expert advice at An Bord Pleanála oral hearings;
k) Manage and co-ordinate Environmental Impact Assessment Reports;
l) Coordinate and prepare Appropriate Assessments, Natura Impact Statements under EU Habitats Directive;
m) Manage and co-ordinate traffic management surveys, traffic impact assessments, and mobility management plans;
n) Development contribution assessment and negotiation;
o) Make submissions on behalf of DPC to appropriate bodies in connection with Local Area Development Plans, Dublin City Development Plan, Regional Planning Guidelines for the Greater Dublin Area, National Strategy, national maritime strategy etc.
p) Liaise and represent DPC, where appropriate, with An Bord Pleanála or other bodies re Compulsory Purchase Orders;
q) Advise DPC in relation to planning aspects of proposed Compulsory Purchase Orders against DPC;
r) Liaise with Statutory Bodies as required;
s) In the event that DPC becomes a notified party to a planning application, represent DPC in observations on such an application;
t) Manage and co-ordinate specialist environmental and heritage sub-consultants, as required, in relation to other tasks in this list of services. e.g. arborists, ornithologists, archaeologists etc.
u) Assist in the revision of the Masterplan and its integration with Dublin City Development Plan; and
v) Prepare Strategic Environmental Assessment if required on the Masterplan.
Additional Services which may be required include:
a) Monitor planning applications by third parties which could affect DPC;
b) Provide input to Foreshore Licence/ Lease applications and their co-ordination with relevant authorities;
c) Monitor, advise, and regularly update on planning law and planning guideline changes that would be relevant to DPC;
Candidates should note this list is non-exhaustive and the successful tenderer may have to provide other planning consultancy services as requested by DPC during the Framework period.
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: 72
This contract is subject to renewal: yes
Description of renewals:  
Subject always to the terms of the Framework, DPC reserves the right to extend the Framework for two (2) years, subject to a maximum of six (6) years, subject to satisfactory performance, business needs and budgetary constraints.
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 Pre-Qualification Questionnaire
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: Contracts awarded under the framework may be subject to EU funds, details of which are not currently known, but will be advised at time of tender.

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 Pre-Qualification Questionnaire
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 Pre-Qualification Questionnaire
III.1.8)

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

As per Tender Documents
III.2)

Conditions related to the contract

III.2.2)

Contract performance conditions

As per Tender Documents
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:  08/05/2019
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 : 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 28.04.19 at 12:00 (noon Irish-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) DPC reserves the right to award the contract/framework 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
Inns Quay
Dublin
7
IE
Telephone: +353 18886000

VI.4.3)

Review procedure

Precise information on deadline(s) for review procedures: 
The contract / framework is covered by the application of the Remedies Directive and the relevant standstill period applied at time of notification.