Services - 371217-2019

06/08/2019    S150

Ireland-Dublin: Advisory architectural services

2019/S 150-371217

Contract notice – utilities

Services

Legal Basis:
Directive 2014/25/EU

Section I: Contracting entity

I.1)Name and addresses
Official name: Transport Infrastructure Ireland (TII)
National registration number: 9510201H
Postal address: Parkgate Business Centre, Parkgate Street
Town: Dublin
NUTS code: IE IRELAND
Postal code: D08 DK10
Country: Ireland
Contact person: Rob Grumley
E-mail: rob.grumley@tii.ie
Telephone: +353 16463650
Internet address(es):
Main address: https://irl.eu-supply.com/ctm/Company/CompanyInformation/Index/120261
Address of the buyer profile: https://irl.eu-supply.com/ctm/Company/CompanyInformation/Index/120261
I.2)Information about 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=151684&B=ETENDERS_SIMPLE
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted electronically via: http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=151684&B=ETENDERS_SIMPLE
Tenders or requests to participate must be submitted to the abovementioned address
I.6)Main activity
Other activity: National Roads, Metro and light Rail

Section II: Object

II.1)Scope of the procurement
II.1.1)Title:

MetroLink Concept Architect

Reference number: TII208
II.1.2)Main CPV code
71210000 Advisory architectural services
II.1.3)Type of contract
Services
II.1.4)Short description:

Transport Infrastructure Ireland require a concept architect for the MetroLink project. A key requirement of this role is to work with the engineering designer in ensuring that the developed concept design and architectural vision is consistently followed throughout the project from preliminary design stage through to project completion.

The MetroLink Project is the development of a north-south urban railway service that will run between Swords and Charlemont, linking Dublin Airport, Irish Rail, DART, Dublin Bus and Luas Services, creating fully integrated public transport along the 19 km route. There will be a total of 15 new stations, 3 000 additional park and ride spaces and a journey time of approximately 25 minutes from Swords to the city centre.

It is intended that the MetroLink project will commence construction in 2021 and be open to passenger services in 2027. For more information visit www.metrolink.ie

II.1.5)Estimated total value
Value excluding VAT: 2 500 000.00 EUR
II.1.6)Information about lots
This contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)
71200000 Architectural and related services
71220000 Architectural design services
II.2.3)Place of performance
NUTS code: IE IRELAND
II.2.4)Description of the procurement:

This contract will provide MetroLink with the services of a concept architect whose role will include but is not limited to the following:

— working with the engineering designer and design and build contractors to develop the servicing strategy within the stations to achieve a developed design which supports the architectural concept design,

— ensure consistent implementation of the architectural vision and concept from preliminary design through to project completion,

— providing advice in relation to station construction methodologies to ensure designs are developed with an integrated approach and integrity of concept design is retained,

— reviewing and critiquing design proposals submitted by the engineering designer and design and build contractors to ensure the architectural vision has been met and the architectural concept design is consistently being followed,

— further development of the design shall be required. Design packages will also require further development in line with the architectural vision and concept design,

— review designs for cycling facilities as well as new and existing routes,

— where necessary the concept architect will create drawings, models and other visual media for the engineering designer to demonstrate the architectural vision and correct any potential deviation from the vision in the submitted proposals,

— developing a materials palette and develop a series of key design details in relation to these areas which are to be mandated in the design and build contract,

— reviewing information (drawings and specifications) relating to all types of station design prior to issue of tender, through to contract award and construction completion,

— applying value management techniques to meet the overarching need to ensure value for money for public funds without reducing service quality,

— participate in any stakeholder engagement meetings and consultations as required by TII or the engineering designer.

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: 2 500 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 108
This contract is subject to renewal: no
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

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

Section IV: Procedure

IV.1)Description
IV.1.1)Type of procedure
Open procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
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: 06/09/2019
Local time: 12:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
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: 08/05/2020
IV.2.7)Conditions for opening of tenders
Date: 06/09/2019
Local time: 12:00
Place:

TII Offices Park Gate Street, Dublin 08.

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.3)Additional information:

Additional information:

TII reserves the right to examine tenders before checking the application of the grounds for exclusion and selection criteria. If TII follows this course of action, it will check the application of the grounds for exclusion and selection criteria in an ‘impartial and transparent manner’, and ensure that no contract is awarded to a tenderer that should have been excluded or does not meet the selection criteria.

Tenderers should note service duration is for 9 years or for the period including the planning and consultation, construction, testing the system leading up to the operation of MetroLink.

TII will be the contracting authority for this contract.

TII will not be 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 have the right at any time and without notice to:

(i) terminate the competition (or part of it);

(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 or 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,

— 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 2 500 000 EUR estimate is based on assumptions, notional hours and information to hand. TII does not commit to any amount, any retainer and all projects are subject to approval.

VI.4)Procedures for review
VI.4.1)Review body
Official name: Central Office of the High Court
Postal address: Four Courts
Town: Dublin 7
Country: Ireland
E-mail: HighCourtCentralOffice@courts.ie
Telephone: +353 18886511
Fax: +353 18886125
Internet address: http://www.courts.ie
VI.5)Date of dispatch of this notice:
01/08/2019