Contract notice - utilities

Information

Published

Date of dispatch of this notice: 06/07/2020

Expire date: 07/08/2020

External Reference: 2020-250918

TED Reference: 2020/S 132-324866

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: Paula Coonan
Telephone: +353 18876848
Fax: +353 18551241
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=169844&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

Diving Services
II.1.2)

Main CPV code

98363000  -  Diving services
II.1.3)

Type of contract

Services
II.1.4)

Short description

The Contracting Entity proposes to engage in a competitive process for the establishment of single-party framework agreement(s) to provide Diving Services. The requirements will be for the successful framework member to carry out any diving operations required by Dublin Port Company. Diving services have been required on approximately 25 days per annum in recent years.
It is expected that the successful framework member will be in a position to supply all equipment necessary to perform the full range of tasks required including any craft needed, underwater cutting and welding equipment, underwater inspection cameras (video with surface viewing and still cameras).
II.1.5)

Estimated total value

Value excluding VAT: 3500000.00  EUR
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

98363000  -  Diving services
II.2.3)

Place of performance

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

Description of the procurement

The Contracting Entity proposes to engage in a competitive process for the establishment of single-party framework agreement(s) to provide Diving Services. The requirements will be for the successful framework member to carry out any diving operations required by Dublin Port Company. Diving services have been required on approximately 25 days per annum in recent years.
Typical diving operations carried out within the port include but may not be limited to:
a) Clearing of intakes to emergency fire pumps at oil berths and berth 51.
b) Underwater inspections of Port craft, tugs, pilot boats, workboats; clearing of fouled propellers, intakes, etc.
c) Underwater inspections of all Berths including Bull Bridge and Bulloch Harbour; inspection for fouling, scrap, obstructions, etc.
d) Removal of debris/obstructions from river, berth areas, etc.
e) Inspection of underwater steelwork on Ro-Ro ramps, quay walls, etc.
f) Monitoring corrosion, inspection of anodes, supply and fit of sacrificial anodes etc.
g) Inspections after completion of any underwater works.
h) Rock breaking
i) Cutting and welding
j) Recovering of fenders/airlifting fenders
k) Undermining surveys
l) Repairs to undermining of quay walls
m) Repairs to fenders if required
It is expected that the successful framework member will be in a position to supply all equipment necessary to perform the full range of tasks required including any craft needed, underwater cutting and welding equipment, underwater inspection cameras (video with surface viewing and still cameras).
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: 3500000.00  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:  
The duration of the framework agreement will be for three (3) years,, subject to satisfactory annual review of performance, with the option to extend for a further two periods of one (1) years, subject to a maximum duration of five (5) years.
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 set out in the procurement documentation available to download from www.etenders.gov.ie using RFT ID 172338
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 procurement documentation, which contains full instructions regarding the submission of tenders and is available to download from www.etenders.gov.ie using RFT ID 172338

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 refer to tender documentation.
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 detailed in the documentation available to download from www.etenders.gov.ie using System ID 172338.
III.1.6)

Deposits and guarantees required

Not applicable.
III.1.7)

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

To be detailed at tender stage.
III.2)

Conditions related to the contract

III.2.2)

Contract performance conditions

As stated in the procurement 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 a single operator
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:  07/08/2020
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 web site (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. The contracting entity will not accept responsibility for information relayed (or not relayed) via third parties;
2) Suppliers must register their interest on the eTenders web site (www.etenders.gov.ie) in order to be included on the mailing list for clarifications and to respond electronically to the competition. There is a maximum upload limit of 2GB per document on etenders. Documents larger than this should be divided into smaller files prior to upload or zipped.
3) 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)
4) All queries regarding this tender requirement or process must be submitted through the Irish Government Procurement Opportunities Portal www.etenders.gov.ie (RFT ID:172338) as a specific question. Responses will be circulated to those tenderers that have registered an interest in this notice on www.etenders.gov.ie The details of the person making a query will not be disclosed when circulating the response
5) This is the sole call for competition for this contract/framework.
6) The contracting entity will not be responsible for any costs, charges or expenses incurred by candidates or tenderers.
7) Contract award will be subject to the approval of the competent authorities.
8) It will be a condition of award that the successful tenderer is and remains tax compliant.
9) At its absolute discretion, the contracting entity may elect to terminate this procurement process, the framework agreement or any contract awarded under the framework agreement at any time.
10) 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.
11) Without prejudice to the principle of equal treatment, the contracting entity is not obliged to engage in a clarification process in respect of the procurement documents with missing or incomplete information. Therefore, respondents are advised to ensure that they return completed documentation in order to avoid the risk of elimination from the competition.
VI.4)

Procedures for review

VI.4.1)

Review body

High Court
Four Courts
Dublin
7
IE
Telephone: +353 18860000
Internet address: http://www.courts.ie

VI.4.3)

Review procedure

Precise information on deadline(s) for review procedures: 
In accordance with the Remedies Directive and SI 131
VI.4.4)

Service from which information about the review procedure may be obtained

Consult a legal advisor
Ireland
IE