Contract notice - utilities

Information

Published

Date of dispatch of this notice: 25/04/2019

Expire date: 05/07/2019

External Reference: 2019-236984

TED Reference: 2019/S 084-202254

Contract notice - utilities

Contract notice – utilities

Works

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
Fax: +353 018141106
Internet address(es):
Main address: http://www.daa.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=146093&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

Airfield Civil Contractors Framework 2019+
Reference number:  P17861
II.1.2)

Main CPV code

45200000  -  Works for complete or part construction and civil engineering work
II.1.3)

Type of contract

Works
II.1.4)

Short description

Dublin Airport wishes to appoint a framework of experienced main civil contractors as long term partners (2019 to 2024) to assist in the delivery of particular ‘Airfield’ projects (see attached RFI) forming part of the approved PACE works and submitted CIP 2020-2024 works.
Dublin Airport are seeking to enter into a collaborative approach with suitably qualified civil contractors to facilitate the delivery of these works, which we have bundled into two distinct packages (Lot 1 and Lot 2).
This RFI seeks to shortlist a panel of experienced main civil contractors who will be invited to tender for these Lots.
II.1.5)

Estimated total value

Value excluding VAT: 250000000.00  EUR
II.1.6)

Information about lots

This contract is divided into lots: yes
Tenders may be submitted for  one lot only
II.2)

Description

II.2.1)

Title

Will manage and deliver all civil and associated works to the North and West of the Campus
Lot No:  1
II.2.2)

Additional CPV code(s)

45000000  -  Construction work
45100000  -  Site preparation work
45220000  -  Engineering works and construction works
45230000  -  Construction work for pipelines, communication and power lines, for highways, roads, airfields and railways; flatwork
45235000  -  Construction work for airfields, runways and manoeuvring surfaces
45235100  -  Construction work for airports
45235110  -  Construction work for airfields
45235300  -  Construction work for aircraft-manoeuvring surfaces
45235310  -  Taxiway construction work
45235311  -  Taxiway pavement construction work
45235320  -  Construction work for aircraft aprons
II.2.3)

Place of performance

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

Description of the procurement

AIRFIELD LOT 1 (NORTH & WEST) c.€115 million
• Apron 5H and Taxiway Rehabilitation (SCP.17.2.002)
• Apron Rehabilitation Programme – Part (CIP.20.01.002)
• Apron Roads Rehabilitation Programme (CIP.20.01.004)
• Airfield Maintenance Base Improvement Enabling Works (CIP.20.01.016)
• Unit Load Device Stillage (CIP.20.07.032)
• Airport Water & Foul Sewer Upgrade – Aprons (CIP.20.02.006)
• New Remote Apron 5M Stands (CIP.20.03.054)
• Airside GSE Charging Facilities Enabling Works (CIP.20.03.057)
• Fuel Hydrant Enabling Works (CIP.20.03.071)
• Intrusion Detection Systems for DAP Boundaries Enabling Works – Part (CIP.20.06.015)
• Surface Road Blockers & Temp Mobile Barriers Enabling Works (CIP.20.06.016)
• And other works as considered necessary by daa for the delivery of this Capital Investment Programme.
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: 115000000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 60
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: 4
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: no
II.2.12)

Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
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

Please see the RFI documents available at www.etenders.gov.ie.
II.2)

Description

II.2.1)

Title

Will manage and deliver all civil and associated work to the Centre and South of the Campus
Lot No:  2
II.2.2)

Additional CPV code(s)

45000000  -  Construction work
45100000  -  Site preparation work
45220000  -  Engineering works and construction works
45230000  -  Construction work for pipelines, communication and power lines, for highways, roads, airfields and railways; flatwork
45235000  -  Construction work for airfields, runways and manoeuvring surfaces
45235100  -  Construction work for airports
45235110  -  Construction work for airfields
45235300  -  Construction work for aircraft-manoeuvring surfaces
45235310  -  Taxiway construction work
45235311  -  Taxiway pavement construction work
45235320  -  Construction work for aircraft aprons
II.2.3)

Place of performance

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

Description of the procurement

AIRFIELD LOT 2 (CENTRAL & SOUTH) c.€120 million
• West Apron Stands (SCP.17.2.005)
• Dual Taxiway F and Link Extensions (SCP.17.3.003)
• South Apron Taxiway Widening (SCP.17.3.005)
• Runway 10 Line Up Points (SCP.17.3.006)
• Southern Runway 10/28 Delethalisation Programme (CIP.20.01.001)
• Apron Rehabilitation Programme - Part (CIP.20.01.002)
• Airfield Taxiway Rehabilitation Programme (CIP.20.01.003)
• Runway Approach Lighting Mast Improvement Enabling Works (CIP.20.01.008)
• Runway 16/34 Lighting for Low Visibility Procedures (CIP20.01.099)
• Airfield Taxiway Re-Designation (CIP.20.07.013)
• De-icing Pad at Runway 10 (CIP.20.03.049)
• West Apron Vehicle Underpass Enabling Works (CIP.20.03.051)
• Surface Water Environmental Compliance Enabling Works (CIP.20.03.052)
• Intrusion Detection Systems for DAP Boundaries Enabling Works -Part (CIP.20.06.015)
• And other works as considered necessary by daa for the delivery of this Capital Investment Programme.
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: 120000000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 60
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: 4
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.2.14)

Additional information

Please see the RFI documents available at 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:  Please see the RFI documents available at www.etenders.gov.ie.
III.1.2)

Economic and financial standing

List and brief description of selection criteria:  
Please see the RFI documents available at www.etenders.gov.ie.
Minimum level(s) of standards possibly required:  
Please see the RFI documents available at www.etenders.gov.ie.
III.1.3)

Technical and professional ability

List and brief description of selection criteria:  
Please see the RFI documents available at www.etenders.gov.ie.
Minimum level(s) of standards possibly required:  
Please see the RFI documents available at www.etenders.gov.ie.
III.1.4)

Objective rules and criteria for participation

List and brief description of rules and criteria: Please see the RFI documents available at www.etenders.gov.ie.
III.1.6)

Deposits and guarantees required

Please see the RFI documents available at www.etenders.gov.ie.
III.1.7)

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

Please see the RFI documents available at 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

Please see the RFI documents available at www.etenders.gov.ie.
III.2)

Conditions related to the contract

III.2.2)

Contract performance conditions

Please see the RFI documents available at 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

Framework agreement with a single operator
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:  20/06/2019
Local time:  15:00
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

Please see the RFI documents available at www.etenders.gov.ie.
VI.4)

Procedures for review

VI.4.1)

Review body

Martin Acton
Dublin Airport
IE