Contract notice - utilities

Information

Published

Date of dispatch of this notice: 27/01/2022

Expire date: 16/03/2022

External Reference: 2022-259532

TED Reference: 2022/S 022-056137

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: Micheal O'Connor
Telephone: +353 16463692
NUTS code:  IE -  IRELAND
Internet address(es):
Main address: www.tii.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=206201&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 Client Partner Support Services
Reference number:  TII202
II.1.2)

Main CPV code

72224000  -  Project management consultancy services
II.1.3)

Type of contract

Services
II.1.4)

Short description

TII intends to establish a single-party framework agreement under which services required by TII shall be drawn down under separate Call-Off Contracts. It is intended to use the NEC 4 Professional Services Contract for the call-off contracts. The proposed duration of the framework duration is 13 years which aligns with the delivery and operational commencement phases that the Client Partner will be supporting. The services to be provided include the following: 1. Delivery planning and integration 2. Development of technical documentation in support of procurement (Design and Engineering works), plus the development of a Software System to facilitate the development and evaluation of tender competitions 3. Programme management & controls 4. Digital information management 5. Stakeholder management 6. Health, safety, environment & quality 7. Communications management 8. Project assurance 9. Document control
II.1.5)

Estimated total value

Value excluding VAT: 200000000.00  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
71317210  -  Health and safety consultancy services
71320000  -  Engineering design services
71322000  -  Engineering design services for the construction of civil engineering works
71356400  -  Technical planning services
72225000  -  System quality assurance assessment and review services
72245000  -  Contract systems analysis and programming services
79112100  -  Stakeholders representation services
79416100  -  Public relations management services
79416200  -  Public relations consultancy services
79418000  -  Procurement consultancy services
79994000  -  Contract administration services
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
Main site or place of performance:  
Dublin 8
II.2.4)

Description of the procurement

TII intends to establish a single-party framework agreement under which services required by TII shall be drawn down under separate Call-Off Contracts. The services to be provided include the following:
(1) Delivery planning & integration: Development of the systems integration strategy and management of its implementation. The strategy will cover: (a) integration of the project elements into an effective and efficient operational metro system; and (b) integration of the work of various contractors and suppliers to ensure efficient delivery.
(2) Development of technical documentation in support of procurement: Prepare the tender design for robust 401, 402, 403 and 500 design and build contracts suitable for issue to the main tendering parties based upon the development of the preliminary design and the reference design. The CP shall provide technical leadership in, inter alia, the following disciplines: track geometry, geotechnics and earthworks, tunnels and shafts, station design both subsurface and surface, power and systems, roads, utilities, surface water drainage and flood impact assessment, depot design and operation, structures (bridges, culverts and cut and cover works), traffic and transportation modelling, construction methodology, fire safety strategy. In addition, the CP shall consider the geological investigation and geotechnical Design reports prepared by the current Engineering Designer and shall produce the geotechnical baseline report. Based upon the tender design the CP shall prepare all the PQQ and ITT tender documentation for the 401, 402 and 403 contracts including the works requirements and all other related document and manage the tender assessment process for the procurement of contractors required for all contract packages. The CP shall manage the procurement of the PPP contract 500 and shall prepare all the tender documentation. The CP shall develop procurement software to facilitate the development and evaluation of tender competitions, this can be used on other TII projects outside of MetroLink as and when required. (3) Programme Management & Controls: CP will take a leading role in the development and implementation of programme management and controls across the procurement and construction phases, in line with TII and NTA Policy and Procedures. The CP will help to establish a tiered approach to assurance. CP shall manage progress reporting (schedule, quality, risk) across all work packages and coordinate reporting to TII. (see IMPQQ for a description of the contract packages such as 401)”.
(4) Digital Information Management: Manage the organisation, data and digitalisation of information, including Building Information Modelling (BIM). Providing the resources to manage the Common Data Environment (CDE). Others will provide the CDE.
(5) Stakeholder Management: Supporting the management of programme- wide stakeholders.
(6) HSE&Q: Act as PSDP for the project taking over the role from Jacobs Idom. Coordinate the input from PSDP co- ordinators for other design packages including playing facilities, Advance Works Engineering Designer and HV substations and supply cable routes. Supporting the development of policies and processes and strategic planning.
(7) Communications Management: Strategic and day-to-day project communications, including, communications strategy, planning, team establishment, media management, web and social media management.
(8) Project Assurance: Project assurance, compliance project governance and controls. The role excludes technical assurances, such as design and safety that will be undertaken by others.
(9) Document Control: Document management administration and controls using TII systems.
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: 200000000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 156
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: 5
Objective criteria for choosing the limited number of candidates:
TII intends to shortlist up to 5 candidates following the Selection Stage
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

Further to issue of the previous Periodic Indicative Notice for the preliminary market consultation for MetroLink Client Support Services on the 19 March 2020 and responses received on 07 April 2020. TII evaluated the feedback received and amended its procurement approach for these services. A further update was provided to the market via PIN on 21 April 2021.

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

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
In the case of framework agreements, provide justification for any duration exceeding 8 years:  There is both a legal basis in Recital 72 of the Utilities Directive and a factual basis having regard to the subject matter of the Client Partner role to award a single supplier framework agreement with a duration of 13 years
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:  16/03/2022
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 : 9  (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

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 has 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 the competent authorities.
- Award of contract may be subject to successful interview.
- Interested parties are advised that TII is 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.
- An Information Memorandum and Pre-qualification Questionnaire are available on the etenders Website at http://www.etenders.gov.ie. Interested parties wishing to participate should ensure that the Pre-Qualification Questionnaire (and the ESPD, where used) is completed and returned in accordance with the requirements set out in the Pre-qualification Questionnaire and Information Memorandum. The Information Memorandum sets out details of the project and the procurement process. The estimated value is between €150m - €200m (Ex VAT) which is based on current assumptions is for MetroLink CP. The 156 months (13 years) is an estimate of the time required based on the current programme. Should the delivery phase of MetroLink be extended, the requirement for the MetroLink Client Partner Support Services shall be required until approximately 1 year into the Operational Commencement phase. Award of the Framework Agreement and any subsequent contracts is subject to approval from the relevant authorities.
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

VI.4.2)

Body responsible for mediation procedures

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