II.1)
Scope of the procurement
DART expansion Multi-Disciplinary Consultants Dublin Coastal
Reference number:
7482
71311300
-
Infrastructure works consultancy services
Services
II.1.4)
Short description
Iarnród Éireann-Irish Rail "IE" has a requirement for a multi-disciplinary Consultancy team to support IE in the proposed expansion of the Dublin Area Rapid Transit network "DART". This requirement is for a team to support the proposed expansion of the Coastal Line, between Drogheda and Greystones .
II.1.6)
Information about lots
This contract is divided into lots:
no
II.2.2)
Additional CPV code(s)
71200000
-
Architectural and related services
71311000
-
Civil engineering consultancy services
71311200
-
Transport systems consultancy services
71312000
-
Structural engineering consultancy services
71313000
-
Environmental engineering consultancy services
71313100
-
Noise-control consultancy services
71314300
-
Energy-efficiency consultancy services
71315200
-
Building consultancy services
71315210
-
Building services consultancy services
71316000
-
Telecommunication consultancy services
71351200
-
Geological and geophysical consultancy services
71530000
-
Construction consultancy services
72224000
-
Project management consultancy services
79415200
-
Design consultancy services
79416200
-
Public relations consultancy services
79417000
-
Safety consultancy services
79418000
-
Procurement consultancy services
II.2.3)
Place of performance
Main site or place of performance:
Dublin
II.2.4)
Description of the procurement
IE has a requirement for a Multi-disciplinary Consultancy team to support IE in the proposed DART Expansion Programme. This requirement is for a team to support the proposed expansion of the Coastal line including but not limited to:
• Preparation of designs for Track, Signalling, Electrification, Civil & Structural, Station Designs, Depot modifications and associated design necessary for all the works;
• Collate into the design all option reports provided or developed during the design process;
• Prepare an Environmental Impact Assessment Report(s) for the works including surveys;
• Undertake ancillary services such as Project Management, Safety Assurance and Train operations modelling etc.;
• Manage all stakeholders and third party interfaces associated with the design and Railway Order Process(s);
• Prepare all necessary documentation and manage the Railway Order Process (s);
• Prepare costings for the works for budget and Business Case approval;
• Produce a detail design for all elements of the works;
• Advise on tender strategy;
• Provide Construction management advice on programme and construction methodology;
• Tender preparation and management of the tender processes leading to contract award as an option; and
• Provide design support during construction stage as an option.
II.2.5)
Award criteria
( Agree to publish? yes )
Criteria below
Quality criterion
-
Name:
Proposed Project team
/
Weighting:
15%
Quality criterion
-
Name:
Proposed methodology for design - Railway electrification
/
Weighting:
1
Quality criterion
-
Name:
Proposed methodology for design - Railway Signalling
/
Weighting:
1
Quality criterion
-
Name:
Proposed methodology for design - Railway Telecommunications
/
Weighting:
1
Quality criterion
-
Name:
Proposed methodology for design - Railway Railway & road Civil engineering features & structures
/
Weighting:
1
Quality criterion
-
Name:
Proposed methodology for design - Railway Station design Architecture & Building
/
Weighting:
1
Quality criterion
-
Name:
How the approach to design for the above elements can be implemented to ensure minimum disruption to operational train services
/
Weighting:
3
Quality criterion
-
Name:
Proposed methodology for the management of Environmental Impact Assessment
/
Weighting:
4
Quality criterion
-
Name:
Proposed methodology for stakeholder consultation
/
Weighting:
2
Quality criterion
-
Name:
Proposed methodology for management of Compulsory Purchase order process
/
Weighting:
2
Quality criterion
-
Name:
Proposed methodology of oral hearing process
/
Weighting:
2
Quality criterion
-
Name:
Proposed methodology for safety assurance
/
Weighting:
3
Quality criterion
-
Name:
Proposed methodology for safety management
/
Weighting:
2
Quality criterion
-
Name:
Methodology for cost management
/
Weighting:
3
Quality criterion
-
Name:
Methodology for procurement strategy
/
Weighting:
2
Quality criterion
-
Name:
Proposed delivery programme
/
Weighting:
3
Quality criterion
-
Name:
Proposed corporate governance system
/
Weighting:
2
Quality criterion
-
Name:
Proposed design support during construction phase
/
Weighting:
2
Cost criterion
-
Name:
Cost
/
Weighting:
50
II.2.11)
Information about options
Options:
yes
Description of options:
The Contract the subject of this competition is a contract for approximately 3 years with an option to extend for the duration of the project, subject to the terms and conditions of the Contract
II.2.13)
Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
no