Contract notice - utilities

Information

Published

Date of dispatch of this notice: 30/07/2019

Expire date: 07/10/2019

External Reference: 2019-290976

TED Reference: 2019/S 148-365806

Contract notice - utilities

Contract notice – utilities

Services

Directive 2014/25/EU

Section I: Contracting entity

I.1)

Name and addresses

Transport Infrastructure Ireland (TII)
9510201H
Parkgate Business Centre, Parkgate Street
Dublin, D08 DK10
Dublin
IE
Contact person: Rob Grumley
Telephone: +353 16463650
Internet address(es):
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=151460&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

Other activity:  National Roads, Metro and light Rail

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

MetroLink Operations Advisor
Reference number:  TII210
II.1.2)

Main CPV code

71311200  -  Transport systems consultancy services
II.1.3)

Type of contract

Services
II.1.4)

Short description

Transport Infrastructure Ireland require an Operations Advisor for the MetroLink project. A key requirement of this role is to provide robust advice on a Grade of Automation Level 4 (GoA4) Metro Project.
The MetroLink Project is the development of a north-south urban railway service that will run between Swords and Charlemont, linking Dublin Airport, Irish Rail, DART, Dublin Bus and Luas Services, creating fully integrated public transport along the 19km route. There will be a total of 15 new stations, 3000 additional park and ride spaces and a journey time of approximately 25 minutes from Swords to the city centre.
It is intended that the MetroLink project will commence construction in 2021 and be open to passenger services in 2027. For more information visit www.metrolink.ie
II.1.5)

Estimated total value

Value excluding VAT: 6000000.00  EUR
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

60210000  -  Public transport services by railways
63711000  -  Support services for railway transport
II.2.4)

Description of the procurement

The Operations Advisory team will report to the MetroLink Project Director and will work closely with the current TII project team, operations department and engineering designer and provide the necessary strategic, operational and planning advice and inputs for the MetroLink scheme as it progresses through planning and construction, testing, mobilisation and into the initial phases of operations.
This Operations Advisory team will provide services including but not limited to the following under this contract:
- Lead the development of an operational vision and strategy for MetroLink. Collaborate with key stakeholders.
- Attend and contribute at regular steering group and work group meetings across the various project teams.
- Engage with the Commission for Railway Regulation and Dublin Fire Brigade to help inform and develop the safety strategy.
- Support the MetroLink team with the development of presentations, reports and communication materials relating to the operations.
- Assess and comment on designs, plans and layouts from an operational perspective.
- Develop and assess operational options and prepare operational plans where required.
- Support the MetroLink procurement activities.
- Provision of advice and guidance in relation to the systems integration.
- Working with the rolling stock provider.
- Provision of testing, commissioning and operating experience and advice on a Grade of Automation Level 4 (GoA4) Metro.
- Support business case justification for GoA4 Metro over other automated options or traditional manually operated rail systems.
- Implementation and management of necessary regulatory and policy compliance, other policy initiatives as requested by the Director.
- Support development of the organisation and resourcing models for the operation both client side and within the operator’s organisation and help develop proposals for training operations staff.
- Provision of any other general operations advice as requested by TII.
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: 6000000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 108
This contract is subject to renewal: no
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

Open procedure
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:  23/09/2019
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

Tender must be valid until:  30/06/2020
IV.2.7)

Conditions for opening of tenders

Date:  23/09/2019
Local time:  12:00
Place:  
TII offices, Park Gate Street

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.3)

Additional information

TII reserves the right to examine tenders before checking the application of the grounds for exclusion and selection criteria. If TII follows this course of action, it will check the application of the grounds for exclusion and selection criteria in an "impartial and transparent manner", and ensure that no contract is awarded to a tenderer that should have been excluded or does not meet the selection criteria.
Tenderers should note service duration is for nine years or for the period including the planning and consultation, construction, testing the system leading up to the operation of MetroLink.
TII will be the contracting authority for this Contract.
TII will not be liable for any participant’s costs arising in connection with participating in the competition, irrespective of the outcome of the competition, or if the competition is cancelled or postponed.
- TII have the right at any time and without notice to:
(i) terminate the competition (or part of it);
(ii) change the competition’s basis or procedures;
(iii) procure the contract by other means,
(iv) negotiate with one or more parties at any time;
(v) reject any, or all, of the applications/tenders;
(vi) not furnish a candidate or tenderer with additional information
or to do any combination of the foregoing or anything else deemed appropriate. In no instance will TII be required to give any reason for any alteration or termination of the process.
- If any past or future contracts or other documents are summarised or described in this document, or in other information given to Candidates, the summary or description must not be taken as comprehensive, or as a substitute for reading the contract or other document itself when it becomes available.
- Award of contract will be subject to the approval of TII.
- Award of contract may be subject to successful interview.
- Interested parties are advised that TII are subject to the Freedom of Information Act 2014 (together with other legislation governing access to information) . If a candidate/tenderer considers that any information supplied as part of this procurement procedure should not be disclosed because of its commercial sensitivity, confidentiality or otherwise, they must, when providing this information, clearly identify the specific information they do not wish to be disclosed and clearly specify the reasons for its sensitivity. Please note, it is not sufficient to include a statement of confidentiality encompassing all the information provided in the response.
The €6 million estimate is based on assumptions, notional hours and information to hand. TII does not commit to any amount, any retainer and all projects are subject to approval.
VI.4)

Procedures for review

VI.4.1)

Review body

Central Office of the High Court
Four Courts
Dublin
7
IE
Telephone: +353 18886511
Fax: +353 18886125
Internet address: http://www.courts.ie