Contract notice - utilities

Information

Published

Date of dispatch of this notice: 12/05/2022

Expire date: 14/06/2022

External Reference: 2022-224091

TED Reference: 2022/S 095-263757

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
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=213149&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:  Roads, Metro & Light Rail

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

MetroLink Insurance Advisory and Brokerage Services Framework
Reference number:  TII280
II.1.2)

Main CPV code

66519310  -  Insurance consultancy services
II.1.3)

Type of contract

Services
II.1.4)

Short description

Transport Infrastructure Ireland (TII) intends to establish a single-party framework agreement for the provision of insurance advisory and brokerage services primarily for the MetroLink Project under which services required by TII and/or the National Transport Authority (NTA) shall be drawn down under separate call-Off contracts. Subject to the advice of the Insurance Advisor in respect of the appropriate insurance model for the MetroLink Project, it is currently envisaged that am Insurer/Owner Controlled Insurance Programme ("OCIP") will be procured. The Insurance Advisor will also have responsibility for identifying the accompanying provisions for insurances required to be incorporated into the core contracts for the delivery of MetroLink. All associated services are also to be provided as part of this service delivery. TII reserves the right to use this framework for other TII rail projects that are deemed suitable over the duration of the Framework.
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)

66519310  -  Insurance consultancy services
II.2.3)

Place of performance

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

Description of the procurement

This is the selection stage of the competition, those Applicants who are successful in shortlisting will be invited to a tender stage. Following completion of the tender stage the successful tenderer will be appointed to the framework. Thereafter, TII intends to draw down insurance advice and brokerage services under various call-offs. Subject to the advice of the insurance advisor, it is anticipated that most or all of the proposed MetroLink contracts will be included in an OCIP, including all or some of the Enabling Works packages. TII will also require advice in relation to the insurances to be maintained by contractors who are appointed to undertake works associated with the Project according to the conditions of the core contracts.
To be able to appoint a Project Insurer, TII requires the advice of an experienced insurance advisor to plan and manage the Project Insurer/OCIP procurement process and to identify the accompanying provisions for required Insurances to be incorporated in the core contracts.
The specialist insurance advice needed by TII in connection with the MetroLink Project will include:
i) for the core contracts:
• advising on the appropriate types of Required Insurances and levels of coverage;
• preparing the insurance schedules of the core contracts (including the PPP);
• advising on insurance matters related to the contract interfaces, the Interface Agreement and any cross-liability issues;
• reviewing all insurance aspects of the tender and contract documentation;
• claims advisory and claims management services;
• preparing the insurance requirements to be included in the tender documents for the core contracts and supporting the tender processes;
• reviewing any submitted documents or evidence of insurance and completing insurance due diligence for all contract documents prior to contract award; and
• for the PPP contract:
- provide advice in relation to the operations period of the PPP contract;
- provide advice to TII and NDFA (as TII’s PPP financial adviser) on insurance considerations in the public sector benchmark and shadow bid model;
- support the Preferred Tenderer negotiation and contract award stage including participating in negotiations with the Preferred Tenderer and funders on all insurance issues.
ii) for the selection of a Project Insurer and procurement of the OCIP:
• determining the appropriate insurance structure of the OCIP/project insurance programme and the levels of cover required for MetroLink;
• supporting TII in defining the procurement process to appoint the Project Insurer;
- determining the necessary technical knowledge, ability and experience required of tenderers to put in place the appropriate insurances for the project;
- to assist in setting and assessing the financial rating and competence of tenderers with the experience and capability on risk management and claims to underwrite the risks; and
- assisting in the evaluation of tenders.
iii) general insurance advice TII on all other project matters related to MetroLink, including ad hoc insurance advisory and brokerage services in respect of other works and services contracts to be procured and delivered by TII for MetroLink, including inter alia, the advance works contracts, enabling works and the Property Owner Protection Scheme.
TII and NTA reserve the right to use this framework for the provision of other rail projects over the duration of the framework agreement.
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: 192
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: 3
Objective criteria for choosing the limited number of candidates:
Please see IMPQQ for details.
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

When requested, provide ad-hoc insurance advisory services to TII in respect of other MetroLink contracts to be procured and delivered by TII and/or NTA. Insurance advice will be required by TII during the pre-procurement and procurement stages of each of the core design-build packages using the NEC4 Option C ECC form of contract.

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 see IMPQQ for details.
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: Please see IMPQQ for details.
III.1.6)

Deposits and guarantees required

N/A
III.1.7)

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

Please see IMPQQ for details.
III.1.8)

Legal form to be taken by the group of economic operators to whom the contract is to be awarded

Please see IMPQQ for details.
III.2)

Conditions related to the contract

III.2.1)

Information about a particular profession

Execution of the service is reserved to a particular profession
Reference to the relevant law, regulation or administrative provision:  
Please see IMPQQ for details.
III.2.2)

Contract performance conditions

Please see IMPQQ for details.

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:  16 years -The delivery of MetroLink will require a service provider with both expertise and experienced resources in the delivery of a major metropolitan rail line with specific and unique skills, experience and know-how built up over time. This is required for the entire delivery of the project. Flexibility and collaboration is fundamental to success of this project with a wide and varied scope.
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:  05/07/2022
Local time:  00:00
IV.2.3)

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

Date: 07/07/2022
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

Tender must be valid until:  25/08/2023

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.3)

Additional information

The estimated budget value €3M(excluding VAT) is an estimate only and is based on
future possible projections for various projects. The estimated service value of the MetroLink Project is circa €0.5-€1m.The estimate is based on awarding numerous call-offs over the duration the framework.
The estimated value of the services is therefore between €0.5 -€1m with an estimated maximum value for the Framework duration at €3m. ex VAT.
TII does not commit to any amount, any retainer and all projects are subject to approval by the appropriate 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

VI.4.4)

Service from which information about the review procedure may be obtained

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