Contract notice - utilities

Information

Published

Date of dispatch of this notice: 18/12/2019

Expire date: 14/02/2020

External Reference: 2019-263105

TED Reference: 2019/S 247-610949

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: Michael Lennon
Telephone: +353 18876053
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=159827&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

Multi-Party Framework for Environmental Consultancy Services
Reference number:  Environmental Services
II.1.2)

Main CPV code

71313000  -  Environmental engineering consultancy services
II.1.3)

Type of contract

Services
II.1.4)

Short description

DPC wishes to establish a Multi-Party Framework for Environmental Consultancy Services for Dublin Port Estate and other lands in DPC control. The anticipated services which may be required under the Framework are set out in the Pre-Qualification Questionnaire attached to this notice.
II.1.5)

Estimated total value

Value excluding VAT: 12000000.00  EUR
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

71313450  -  Environmental monitoring for construction
90700000  -  Environmental services
90710000  -  Environmental management
90711000  -  Environmental impact assessment other than for construction
90711400  -  Environmental Impact Assessment (EIA) services other than for construction
90712000  -  Environmental planning
71351914  -  Archaeological services
II.2.3)

Place of performance

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

Description of the procurement

DPC wishes to establish a Multi-Party Framework for Environmental Consultancy Services for Dublin Port Estate and other lands in DPC control. The anticipated services which may be required under the Framework are set out in the Pre-Qualification Questionnaire attached to this notice.
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: 12000000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 84
This contract is subject to renewal: yes
Description of renewals:  
Subject always to the terms of the Framework, DPC intend that the Framework will be for 5 years, with the option to extend for 2 years, subject to a maximum of seven years, subject to satisfactory performance, business needs and budgetary constraints.
II.2.9)

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

Envisaged number of candidates: 6
Objective criteria for choosing the limited number of candidates:
As per the Pre-Qualification Questionnaire
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: yes
Identification of the project: Identification of the project: Contracts awarded under the framework may be subject to EU funds, details of which are not currently known, but will be advised at time of tender.

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:  As per the Per-Qualification Questionnaire
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 per the Per-Qualification Questionnaire
III.1.8)

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

As per the the Tender Documents.
III.2)

Conditions related to the contract

III.2.2)

Contract performance conditions

As per the the Tender 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 several operators
Envisaged maximum number of participants to the framework agreement:  4
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:  14/02/2020
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 website (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. DPC will not accept responsibility for information relayed (or not relayed) via third parties.
2) The closing date for receipt of queries concerning this stage of the competition is 05.02.2020 at 12:00 (noon Irish-time). All queries should be sent through the e-Tenders messaging facility.
3) DPC will not be responsible for any costs, charges or expenses incurred by candidates or tenderers.
4) If for any reason it is not possible to admit to the framework agreement one or more of the tenderers invited following the conclusion of this competitive process, DPC reserves the right to invite the next highest scoring tenderer(s) to join the framework agreement as appropriate.
This shall be without prejudice to the right of DPC to cancel this competitive process and/or initiate a new contract award procedure at its sole discretion.
5) At its absolute discretion, DPC may elect to terminate this procurement process, the framework agreement or any contract awarded under the framework agreement at any time.
6) DPC reserves the right to successively reduce the number of operators during this negotiated procedure. DPC may gradually reduce the number of solutions to be discussed or tenders to be negotiated.
7)It is anticipated that 6 applicants will be invited to tender subject to the receipt of suitable PQQs.
8) DPC reserves the right to award the contract/framework on foot of the original tenders submitted without entering into negotiation stages.
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: 
The contract / framework is covered by the application of the Remedies Directive and the relevant standstill period applied at time of notification.
VI.4.4)

Service from which information about the review procedure may be obtained

Consult a legal advisor
Dublin
IE