Contract notice

Information

Published

Date of dispatch of this notice: 29/08/2019

Expire date: 07/10/2019

External Reference: 2019-245515

TED Reference: 2019/S 169-413227

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Dublin City Council
N/A
Civic Offices, Wood Quay
Dublin 8
Dublin
IE
Contact person: Victor Coe
Telephone: +353 12222533
Internet address(es):
Main address: www.dublincity.ie

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=152393&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.4)

Type of the contracting authority

Regional or local authority
I.5)

Main activity

General public services

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Dublin District Heating System - Technical Advisor
Reference number:  etenders reference no:155899
II.1.2)

Main CPV code

71300000  -  Engineering services
II.1.3)

Type of contract

Services
II.1.4)

Short description

Dublin City Council are seeking an Economic Operator to take on the role of a Technical Advisor and to assist in the procurement of a Joint Venture partner to deliver the Dublin District Heating System, and to complete the Planning for the Project.
The summary scope of work to be undertaken by the EO is as follows;
• General technical advice and district heating design until a suitable JV partner is appointed
• Technical advice services pursuant to the procurement and contract negotiation of the JV partner
• Planning, environmental and licensing services pursuant to obtaining all relevant statutory approvals, including planning permissions and requirements
• Post JV contracting client-side technical advice & support
• to work within a multi-disciplinary 'Project Team' and provide support services for the legal, financial and commercial advisors engaged for the project
• to provide services of the Project Supervisor Design Process up until the JV is established
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

71310000  -  Consultative engineering and construction services
71311000  -  Civil engineering consultancy services
71311100  -  Civil engineering support services
71311300  -  Infrastructure works consultancy services
71313000  -  Environmental engineering consultancy services
71313400  -  Environmental impact assessment for construction
71313410  -  Risk or hazard assessment for construction
71314000  -  Energy and related services
71314300  -  Energy-efficiency consultancy services
71314310  -  Heating engineering services for buildings
71317000  -  Hazard protection and control consultancy services
71317200  -  Health and safety services
71320000  -  Engineering design services
71321000  -  Engineering design services for mechanical and electrical installations for buildings
71321100  -  Construction economics services
71321200  -  Heating-system design services
71322000  -  Engineering design services for the construction of civil engineering works
71322100  -  Quantity surveying services for civil engineering works
71322200  -  Pipeline-design services
71330000  -  Miscellaneous engineering services
71332000  -  Geotechnical engineering services
71334000  -  Mechanical and electrical engineering services
71335000  -  Engineering studies
71340000  -  Integrated engineering services
71350000  -  Engineering-related scientific and technical services
71351500  -  Ground investigation services
71400000  -  Urban planning and landscape architectural services
71410000  -  Urban planning services
71500000  -  Construction-related services
II.2.3)

Place of performance

Main site or place of performance:  
Civic Offices, Dublin City Council, Fishamble Street, Dublin 8.
II.2.4)

Description of the procurement

Dublin City Council (DCC, the 'Client') are seeking an Economic Operator (EO) to take on the role of a Technical Advisor (TA) and assist in the procurement of a Joint Venture (JV) partner to deliver the Dublin District Heating System (DDHS, the 'Project')), and to complete the Planning for the Project. Indicatively the intention is to launch a procurement of the JV early 2020 with a view to finalising and entering into a Shareholder Agreement in 2021.
The Project aims to utilise waste heat from existing thermal power stations and industrial facilities on the Poolbeg peninsula as the heat source(s). This will be distributed and supplied to end-users in the Poolbeg West Strategic Development Zone (SDZ) and the North Lotts & Grand Canal Dock (SDZ) areas (see attached map Drg. No. TSD-DDHS2-002-Rev 6), with the intention to expand the system to other suitable areas of Dublin City. The Dublin Waste to Energy (DWtE) Facility has been identified as the initial primary heat source for the network. The boilers, turbine and condensers installed at the Facility have been designed to export up to 90MW of heat from the Facility.
The summary scope of work to be undertaken by the EO is as follows;
• General technical advice and district heating design until a suitable JV partner is appointed
• Technical advice services pursuant to the procurement and contract negotiation of the JV partner
• Planning, environmental and licensing services pursuant to obtaining all relevant statutory approvals, including planning permissions and associated requirements
• Post JV contracting client-side technical advice & support
• to work within a multi-disciplinary 'Project Team' and provide support services for the legal, financial and commercial advisors engaged for the project
• to provide services of the Project Supervisor Design Process (PSDP) up until the JV is established
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
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

Maximum number: 5
Objective criteria for choosing the limited number of candidates:
See SAQ
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.1.1)

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

List and brief description of conditions:  See SAQ
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

Restricted 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:  30/09/2019
Local time:  12:00
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English, Irish
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

DCC is subject to the provisions of the Freedom of Information Act 2014. If you consider that any of the information supplied by you is either commercially sensitive or confidential in nature, this should be highlighted and the reasons for the sensitivity specified. In such cases, the relevant material, will in response to the FOI request; be examined in the light of the exemptions provided for in the Act.
It will be a condition for the award of any contract by DCC that the successful Tenderer and all sub-contractors (if applicable) produce a valid Tax Clearance Certificate from the Revenue Commissioners in compliance with Circular (43) 2006 (or as amended) and that the certificate will be maintained for the duration of the contract and will be on a 12 month basis. In the case of a non-resident Tenderer, a statement of suitability from the Revenue Commissioners will be required.
Suppliers must register their interest on www.etenders.gov.ie in order to be included on the mailing list for clarifications.
Please note in relation to all documents, that where reference is made to a particular standard, make, source, process, trademark, type or patent, that this is not to be regarded as a de facto requirement. In all such cases it should be understood that such indications are to be treated strictly and solely for reference purposes only, to which the words "or equivalent" will always be appended.
Please note also that 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. DCC will not accept responsibility for information relayed (or not relayed) via third parties.
The contract is primarily for use by the Technical Support Division, but may also be extended for use by other divisions.
To enable submission of multiple documents concurrently, download and install the ‘Upload Manager ActiveX’ facility to your eTenders user profile.
When using the ‘Upload Manager’ facility do not use the ‘Schedule’ option.
Instead, use only the ‘Upload’ option, which will enable monitoring of the upload.
Suppliers who do not use the Upload Manager can upload individual files, however please ensure to allow sufficient time for upload.
There is a maximum upload limit of 2GB per file. Documents larger than this should be divided into smaller files prior to upload.
In order to submit a document to the electronic postbox, please note that you must click “Submit Response”. After submitting a response, the response may be modified and re-submitted as many times as may be necessary until the RFT deadline has expired. Suppliers should be aware that the “Submit Response” button will be disabled automatically upon the expiration of the response deadline.
Suppliers must ensure that they give themselves sufficient time to upload and submit all required documentation before the submission deadline. Suppliers should take into account the fact that upload speeds vary.
Should you experience difficulty when uploading documents please contact the eTenders Support Desk for technical assistance. Email etenders@eu-supply.com or Telephone: 353 (0) 21 243 92 77 (09:00am – 17:30pm GMT)
Tenders may be submitted in English or in the Irish language.
Please note that OJEU contracts are covered by the Government Procurement Agreement (GPA).
All queries regarding this expression of interest must be directed to the messaging facility on www.etenders.gov.ie. RFT ID: 155899. Queries must be in question format. Responses will be circulated to those candidates/tenderers that have registered an interest in this notice on the Irish Government procurement opportunities portal www.etenders.gov.ie. The details of the party making the query will not be disclosed when circulating the response. All queries must be submitted by 12 noon on 23rd Sept. 2019 to enable issue of responses to all interested parties.
VI.4)

Procedures for review

VI.4.1)

Review body

The High Court
Chief Registrar, High Court, Inns Quay
Dublin
Dublin 7
IE
Telephone: +353 18886000

VI.4.2)

Body responsible for mediation procedures

The President of Engineers Ireland
22 Clyde Rd, Ballsbridge, Dublin 4
Dublin
IE
Telephone: +353 16651300
Internet address: www.engineersireland.ie