Ireland-Dublin: Diving services

Get tender notifications and more sign up now and never miss an opportunity again. Already a member? log in to your account.

Title Ireland-Dublin: Diving services
OJEU (High Value) 324866-2020
Type Invitation to tender
Date Published 2020-07-10
Deadline 2020-08-07 12:00:00
Nature Of Contract Service contract
Awarding Authority
Procedure Negotiated procedure

Description :
CONTRACT NOTICE



Section I: Contracting authority

I.1) Name and addresses:
Official name: Dublin Port Company
National registration number: National registration number: N/A
Postal address: Port Centre, Alexandra Road
Town: Dublin 1
Country: IE
Contact person: Paula Coonan
Telephone: +353 18876848
E-mail: pcoonan@dublinport.ie
Fax: +353 18551241
NUTS code: IE061
Main address: https://www.dublinport.ie/
Address of the buyer profile (URL): https://irl.eu-supply.com/ctm/Company/CompanyInformation/Index/411

Communication
I.3) Procurement documents
(URL):http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=169844&B=ETENDERS_SIMPLE

Additional Information
I.3.4) Additional information can be obtained from:
I.3.6)Tenders or requests to participate must be submitted electronically via:
http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=169844&B=ETENDERS_SIMPLE
I.3.8) to the above mentioned address


Section II: Object of Contract


Title:
Diving Services


II.1.4) Short description
The contracting entity proposes to engage in a competitive process for the establishment of single-party framework agreement(s) to provide diving services. The requirements will be for the successful framework member to carry out any diving operations required by Dublin Port Company. Diving services have been required on approximately 25 days per annum in recent years.

It is expected that the successful framework member will be in a position to supply all equipment necessary to perform the full range of tasks required including any craft needed, underwater cutting and welding equipment, underwater inspection cameras (video with surface viewing and still cameras).

II.01) Estimated value excluding VAT:
EUR 3500000.00

Information about lots
II.1.6) This contract is divided into lots: no

Description: Item/Lot 1
NUTS code: IE061
II.2.3.2) Main site or place of performance:
Dublin.

II.1.4) Short description
The contracting entity proposes to engage in a competitive process for the establishment of single-party framework agreement(s) to provide diving services. The requirements will be for the successful framework member to carry out any diving operations required by Dublin Port Company. Diving services have been required on approximately 25 days per annum in recent years.

Typical diving operations carried out within the port include but may not be limited to:

(a) clearing of intakes to emergency fire pumps at oil berths and berth 51;

(b) underwater inspections of Port craft, tugs, pilot boats, workboats; clearing of fouled propellers, intakes, etc.

(c) underwater inspections of all Berths including Bull Bridge and Bulloch Harbour; inspection for fouling, scrap, obstructions, etc.

(d) removal of debris/obstructions from river, berth areas, etc.

(e) inspection of underwater steelwork on Ro-Ro ramps, quay walls, etc.

(f) monitoring corrosion, inspection of anodes, supply and fit of sacrificial anodes, etc.

(g) inspections after completion of any underwater works;

(h) rock breaking;

(i) cutting and welding;

(j) recovering of fenders/airlifting fenders;

(k) undermining surveys;

(l) repairs to undermining of quay walls;

(m) repairs to fenders if required.

It is expected that the successful framework member will be in a position to supply all equipment necessary to perform the full range of tasks required including any craft needed, underwater cutting and welding equipment, underwater inspection cameras (video with surface viewing and still cameras).

II.2.5) Award criteria:

Value excluding VAT: EUR 3500000.00
II.02.07) Duration in months 36
II.2.7.5) This contract is subject to renewal: yes
II.2.7.6) Description of renewals:
The duration of the framework agreement will be for three (3) years,, subject to satisfactory annual review of performance, with the option to extend for a further two periods of one (1) years, subject to a maximum duration of five (5) years.

II.2.9) Envisaged number of candidates 5
II.2.9,4) Objective criteria for choosing the limited number of candidates:
As set out in the procurement documentation available to download from www.etenders.gov.ie using RFT ID 172338

II.2.10) Variants will be accepted: no

The procurement is related to a project and/or programme financed by European Union funds): no

Additional Information:

Please see procurement documentation, which contains full instructions regarding the submission of tenders and is available to download from www.etenders.gov.ie using RFT ID 172338


Section III: Legal, economic, financial and technical information

III.1.1) List and brief description of conditions
Please refer to tender documentation.

III.1.2) Economic and financial standing
III.1.2.2) Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
III.1.3.1.2) Selection criteria as stated in the procurement documents
III.01.04.1) List and brief description of rules and criteria:
As detailed in the documentation available to download from www.etenders.gov.ie using System ID 172338.

III.01-06_01) Deposits and guarantees required:
Not applicable.

III.01-07_01) Main financing conditions and payement arrangements and/or reference to the relevant provisions governing them:
To be detailed at tender stage.

III.2.2) Contract performance conditions
As stated in the procurement documents.

III.2.3) Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract

Section IV: Procedure

IV.1.1) Type of procedure: Competitive Negotiation
IV.1.3) The procurement involves the establishment of a framework agreement

IV.1.4) Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated

IV.2.1) Time limit for receipt of tenders or requests to participate
IV.2.2) Date 2020-08-07
IV.2.2) Local time 12:00


IV.2.6) Duration in months (from the date stated for receipt of tender): 12

Section V: Complementary information



Additional Information:

1) Interested parties must register their interest on the eTenders web site (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. The contracting entity will not accept responsibility for information relayed (or not relayed) via third parties;

2) Suppliers must register their interest on the eTenders web site (www.etenders.gov.ie) in order to be included on the mailing list for clarifications and to respond electronically to the competition. There is a maximum upload limit of 2GB per document on eTenders. Documents larger than this should be divided into smaller files prior to upload or zipped.

3) Should you experience difficulty when uploading documents please contact the eTenders Support Desk for technical assistance. Email etenders@eu-supply.com or Telephone: 353 (0) 21 243 92 77 (9 a.m. – 17.30 p.m. GMT);

4) All queries regarding this tender requirement or process must be submitted through the Irish Government Procurement Opportunities Portal www.etenders.gov.ie (RFT ID:172338) as a specific question. Responses will be circulated to those tenderers that have registered an interest in this notice on www.etenders.gov.ie The details of the person making a query will not be disclosed when circulating the response;

5) This is the sole call for competition for this contract/framework;

6) The contracting entity will not be responsible for any costs, charges or expenses incurred by candidates or tenderers;

7) Contract award will be subject to the approval of the competent authorities;

8) It will be a condition of award that the successful tenderer is and remains tax compliant;

9) At its absolute discretion, the contracting entity may elect to terminate this procurement process, the framework agreement or any contract awarded under the framework agreement at any time;

10) Please note in relation to all documents, that where reference is made to a particular standard, make, source, process, trademark, type or patent, that this is not to be regarded as a de facto requirement. In all such cases it should be understood that such indications are to be treated strictly and solely for reference purposes only, to which the words ‘or equivalent’ will always be appended;

11) Without prejudice to the principle of equal treatment, the contracting entity is not obliged to engage in a clarification process in respect of the procurement documents with missing or incomplete information. Therefore, respondents are advised to ensure that they return completed documentation in order to avoid the risk of elimination from the competition.


Review body:
Official name: High Court
Postal address: Four Courts
Town: Dublin 7
Country: IE
Telephone: +353 18860000
E-mail: highcourtcentraloffice@courts.ie
URL: http://www.courts.ie
VI.4.3) Precise information on deadline(s) for review procedures
In accordance with the Remedies Directive and SI 131.


VI.04.04) Service from which information about the review
Official name: Consult a legal advisor
Town: Ireland
Country: IE

Section VI

Date of dispatch of this notice : 2020-07-06

CPV Codes
98363000; Diving services;

Sign-up now to receive weekly OJEU reports for the UK, your sector and/or elsewhere in the EU. We also report on the procurement of EC Institutions.