Contract notice - utilities

Information

Published

Date of dispatch of this notice: 19/04/2022

Expire date: 17/05/2022

External Reference: 2022-279860

TED Reference: 2022/S 079-213799

Contract notice - utilities

Contract notice – utilities

Supplies

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: Peter White
Telephone: +353 18145161
NUTS code:  IE -  IRELAND
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=212046&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

Framework for the design, supply, manufacture, installation, commissioning, maintenance and enhancement of a new Airfield Lighting Individual Lamp Control and Monitoring System (ILCMS) at Dublin
Reference number:  P18986 ILCMS Dublin
II.1.2)

Main CPV code

34997200  -  Airport lighting
II.1.3)

Type of contract

Supplies
II.1.4)

Short description

Currently Dublin Airport is operating at Level 2 A-SMGCS (Advanced Surface Movement Guidance System) as defined by Euro control. The airport has developed a master plan to realise higher levels of A-SMGCS (Level 4 -Conflict Resolution, Automatic Planning & Guidance) and “Follow the Green” type operations over a number of years if required by the business. To implement these higher levels of A-SMGCS will require the introduction of individual lamp control and monitoring technology which is not currently in use at Dublin Airport. Initially Dublin Airport would like to commence the introduction of a individual lamp control and monitoring system as part of the new central area taxiway and apron layout with a view to expanding this to the taxiway network should the initial installation prove to be successful and beneficial to airport operations
II.1.5)

Estimated total value

Value excluding VAT: 3000000.00  EUR
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

31527260  -  Lighting systems
34968200  -  Airport Lighting System (PAPI)
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
II.2.4)

Description of the procurement

Currently Dublin Airport is operating at Level 2 A-SMGCS (Advanced Surface Movement Guidance System) as defined by Euro control. The airport has developed a master plan to realise higher levels of A-SMGCS (Level 4 -Conflict Resolution, Automatic Planning & Guidance) and “Follow the Green” type operations over a number of years if required by the business. To implement these higher levels of A-SMGCS will require the introduction of individual lamp control and monitoring technology which is not currently in use at Dublin Airport. Initially Dublin Airport would like to commence the introduction of a individual lamp control and monitoring system as part of the new central area taxiway and apron layout with a view to expanding this to the taxiway network should the initial installation prove to be successful and beneficial to airport operations
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: 3000000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 120
This contract is subject to renewal: yes
Description of renewals:  
in 110 months
II.2.9)

Information about the limits on the number of candidates to be invited

Envisaged minimum number: 3  /  Maximum number: 5
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

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:  ability to sweat the asset
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:  17/05/2022
Local time:  16:00
IV.2.3)

Estimated date of dispatch of invitations to tender or to participate to selected candidates

Date: 19/08/2022
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 : 4  (from the date stated for receipt of tender)

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.4)

Procedures for review

VI.4.1)

Review body

daa
dublin
IE