Contract notice - utilities

Information

Published

Date of dispatch of this notice: 27/11/2020

Expire date: 08/01/2021

External Reference: 2020-255378

TED Reference: 2020/S 233-576376

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: Emma Noone
Telephone: +353 16463441
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=178313&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 and Light Rail

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

MetroLink Project Conservation Architect
Reference number:  TII271
II.1.2)

Main CPV code

71200000  -  Architectural and related services
II.1.3)

Type of contract

Services
II.1.4)

Short description

TII wish to engage the services of a MetroLink Project Conservation Architect (Grade 1; hereafter referred to as ‘PCA’) who will act in an advisory capacity to the MetroLink project team. TII require the PCA to advise on all architectural and built heritage matters (hereafter referred to as ‘heritage’) associated with MetroLink and to work with TII’s Archaeology & Heritage and Architecture Sections. The PCA will have an important role in advising TII and TII’s Consultants and Contractors in relation to the logistics of scope and program for the proposed project. The PCA will equally play an integral role in undertaking third party consultation with various statutory and prescribed bodies, in addition to individual stakeholders on behalf of MetroLink. The PCA will review and provide detailed comments on all MetroLink contract documentation and will manage and monitor conservation works arising from each MetroLink contract.
II.1.5)

Estimated total value

Value excluding VAT: 1000000.00  EUR
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

71210000  -  Advisory architectural services
71220000  -  Architectural design services
71221000  -  Architectural services for buildings
II.2.3)

Place of performance

Main site or place of performance:  
Dublin 8
II.2.4)

Description of the procurement

The PCA will be required to prepare the Architectural Heritage Conservation Section of the MetroLink Cultural Heritage Strategy to ensure that heritage constraints are adequately protected for the duration of the works and safeguarded for the future. The strategy will address heritage constraints with statutory protection, such as National Monuments, Protected Structures, Recorded Monuments and Places (where applicable and in consultation with the TII Project Archaeologist) and proposed public realm works including those within Architectural Conservation Areas and Conservation Areas. In addition, it will also address heritage constraints on the National Inventory of Architectural Heritage, and constraints of industrial and cultural heritage value such as railway infrastructure, canals, street furniture sculptures and plaques. These constraints represent critical components of Dublin’s heritage ranging from the mid-15th century to the present day.
The PCA will prepare methodologies and specifications for conservation and protection in situ works, or preservation by record of a variety of heritage constraints ranging from National Monuments to historic street furniture and paving. These documents will comply with mitigation measures outlined in the MetroLink Environmental Impact Assessment Report and will reflect any conditions imposed by An Bord Pleanála in their decision to grant a Railway Order. The PCA will also review and provide detailed comments on MetroLink tender documentation and monitor site works to ensure compliance with contract requirements and approved Contractor work methodologies and specifications.
It is anticipated that the PCA will be appointed for the duration of the proposed project including final reinstatement. The PCA will be responsible for preparing all associated reporting upon completion of each phase of construction works. The services required by TII of the PCA will include, but not be limited to the following:
▪ Advise the MetroLink Project Team on all issues relating to Architectural and Built Heritage;
▪ Prepare annotated Drawn, Measured and Photographic Survey (DMPS) and written pre-and post-works Structural and Condition Survey Reports on heritage constraints to be removed (in full or in part; in the short term or permanently) or protected in situ to accommodate construction of the proposed project. Relevant competent members of the PCA team will support preparation of the reports. The reports will be updated on completion of the works to include details of any cleaning, conservation or other works undertaken and will form a permanent record of each heritage constraint. Copies of these reports, once approved by TII, will be submitted by the PCA to the Irish Architectural Archive (IAA) prior to contract close out;
▪ Undertake a peer review of the MetroLink Environmental Impact Assessment Report Architectural Heritage chapter and preliminary design;
▪ Develop the Architectural Heritage Conservation Section of the MetroLink Cultural Heritage Strategy under advisement of the TII Project Archaeologist;
▪ Review and provide detailed comment on MetroLink contract requirements;
▪ Develop specifications for the retention and preservation in situ where possible of heritage constraints or elements thereof; or removal to secure storage conservation and subsequent permanent reinstatement;
▪ Review method statements submitted by TII appointed Contractors to ensure that proposed works conform to contract requirements and best conservation practice
▪ Provide regular attendance on site to inspect and monitor the implementation of measures and
▪ Attend regular meetings with the MetroLink Design Team and Employers Representatives.
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: 1000000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 132
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 five Candidates (provided there are sufficient suitable Candidates) to progress to the Tender Stage of the competition.
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

Tenderers will need to register on the etenders
government website to download the tender documents

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

III.2.2)

Contract performance conditions

This will be set out in detail in the Invitation to Tender

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Restricted procedure
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:  08/01/2021
Local time:  12:00
IV.2.3)

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

Date: 02/02/2021
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

Transport Infrastructure Ireland is the contracting authority for this Contract. TII is not 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 reserve the right at any time and without notice to:
(i) terminate the competition (or part thereof);
(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 of 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 TII and sponsoring body.
-Award of contract may be subject to successful interview.
-Interested parties are advised that TII are 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. The 132 months is an estimate based on information to hand. The €1 million estimate is based on assumptions, notional hours and information to hand. TII does not commit to any amount, retainer and all projects are subject to approval.
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