Dublin City Council are seeking an economic operator to take on the role of a technical advisor and to assist in the procurement of a joint venture partner to deliver the Dublin District Heating System, and to complete the planning for the project.
The summary scope of work to be undertaken by the EO is as follows:
โ general technical advice and district heating design until a suitable JV partner is appointed,
โ technical advice services pursuant to the procurement and contract negotiation of the JV partner,
โ planning, environmental and licensing services pursuant to obtaining all relevant statutory approvals, including planning permissions and requirements,
โ post JV contracting client-side technical advice and support,
โ to work within a multi-disciplinary 'Project Team' and provide support services for the legal, financial and commercial advisors engaged for the project,
โ to provide services of the project supervisor design process up until the JV is established.
Deadline
The time limit for receipt of tenders was 2019-09-30.
The procurement was published on 2019-08-29.
Object Scope of the procurement
Title: Dublin District Heating System โ Technical Advisor
etenders reference no:155899
Products/services: Engineering services๐ฆ
Short description:
โDublin City Council are seeking an economic operator to take on the role of a technical advisor and to assist in the procurement of a joint venture partner...โ
Short description
Dublin City Council are seeking an economic operator to take on the role of a technical advisor and to assist in the procurement of a joint venture partner to deliver the Dublin District Heating System, and to complete the planning for the project.
The summary scope of work to be undertaken by the EO is as follows:
โ general technical advice and district heating design until a suitable JV partner is appointed,
โ technical advice services pursuant to the procurement and contract negotiation of the JV partner,
โ planning, environmental and licensing services pursuant to obtaining all relevant statutory approvals, including planning permissions and requirements,
โ post JV contracting client-side technical advice and support,
โ to work within a multi-disciplinary 'Project Team' and provide support services for the legal, financial and commercial advisors engaged for the project,
โ to provide services of the project supervisor design process up until the JV is established.
Dublin City Council (DCC, the 'Client') are seeking an economic operator (EO) to take on the role of a technical advisor (TA) and assist in the procurement of a joint venture (JV) partner to deliver the Dublin District Heating System (DDHS, the 'Project')), and to complete the planning for the Project. Indicatively the intention is to launch a procurement of the JV early 2020 with a view to finalising and entering into a Shareholder Agreement in 2021.
The Project aims to utilise waste heat from existing thermal power stations and industrial facilities on the Poolbeg peninsula as the heat source(s). This will be distributed and supplied to end-users in the Poolbeg West Strategic Development Zone (SDZ) and the North Lotts and Grand Canal Dock (SDZ) areas (see attached map Drg. No. TSD-DDHS2-002-Rev 6), with the intention to expand the system to other suitable areas of Dublin City. The Dublin Waste to Energy (DWtE) Facility has been identified as the initial primary heat source for the network. The boilers, turbine and condensers installed at the facility have been designed to export up to 90 MW of heat from the facility.
The summary scope of work to be undertaken by the EO is as follows:
โ general technical advice and district heating design until a suitable JV partner is appointed,
โ technical advice services pursuant to the procurement and contract negotiation of the JV partner,
โ planning, environmental and licensing services pursuant to obtaining all relevant statutory approvals, including planning permissions and associated requirements,
โ post JV contracting client-side technical advice and support,
โ to work within a multi-disciplinary 'Project Team' and provide support services for the legal, financial and commercial advisors engaged for the project,
โ to provide services of the Project Supervisor Design Process (PSDP) up until the JV is established.
Show more Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
Duration of the contract, framework agreement or dynamic purchasing system
The time frame below is expressed in number of months.
Description
Duration: 72
Information about the limits on the number of candidates to be invited
Maximum number: 5
Objective criteria for choosing the limited number of candidates: See SAQ.
Legal, economic, financial and technical information Conditions for participation
List and brief description of conditions: See SAQ.
Economic and financial standing
Selection criteria as stated in the procurement documents
Technical and professional ability
Selection criteria as stated in the procurement documents
Procedure Type of procedure
Restricted procedure
Administrative information
Time limit for receipt of tenders or requests to participate: 2019-09-30
12:00 ๐
Languages in which tenders or requests to participate may be submitted: English ๐ฃ๏ธ
Languages in which tenders or requests to participate may be submitted: Irish ๐ฃ๏ธ
The time frame below is expressed in number of months.
Minimum time frame during which the tenderer must maintain the tender: 12
Complementary information Additional information
โDCC is subject to the provisions of the Freedom of Information Act 2014. If you consider that any of the information supplied by you is either commercially...โ
DCC is subject to the provisions of the Freedom of Information Act 2014. If you consider that any of the information supplied by you is either commercially sensitive or confidential in nature, this should be highlighted and the reasons for the sensitivity specified. In such cases, the relevant material, will in response to the FOI request; be examined in the light of the exemptions provided for in the Act.
It will be a condition for the award of any contract by DCC that the successful tenderer and all sub-contractors (if applicable) produce a valid tax clearance certificate from the revenue commissioners in compliance with Circular (43) 2006 (or as amended) and that the certificate will be maintained for the duration of the contract and will be on a 12 month basis. In the case of a non-resident tenderer, a statement of suitability from the revenue commissioners will be required.
Suppliers must register their interest on www.etenders.gov.ie in order to be included on the mailing list for clarifications.
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 โor equivalentโ will always be appended.
Please note also that 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. DCC will not accept responsibility for information relayed (or not relayed) via third parties.
The contract is primarily for use by the technical support division, but may also be extended for use by other divisions.
To enable submission of multiple documents concurrently, download and install the โUpload Manager ActiveXโ facility to your eTenders user profile.
When using the โUpload Managerโ facility do not use the โScheduleโ option.
Instead, use only the โUploadโ option, which will enable monitoring of the upload.
Suppliers who do not use the upload manager can upload individual files, however please ensure to allow sufficient time for upload.
There is a maximum upload limit of 2GB per file. Documents larger than this should be divided into smaller files prior to upload.
In order to submit a document to the electronic postbox, please note that you must click โSubmit Responseโ. After submitting a response, the response may be modified and re-submitted as many times as may be necessary until the RFT deadline has expired. Suppliers should be aware that the โSubmit Responseโ button will be disabled automatically upon the expiration of the response deadline.
Suppliers must ensure that they give themselves sufficient time to upload and submit all required documentation before the submission deadline. Suppliers should take into account the fact that upload speeds vary.
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 (09.00 a.m. โ 17.30 p.m. GMT).
Tenders may be submitted in English or in the Irish language.
Please note that OJEU contracts are covered by the Government Procurement Agreement (GPA).
All queries regarding this expression of interest must be directed to the messaging facility on www.etenders.gov.ie. RFT ID: 155899. Queries must be in question format. Responses will be circulated to those candidates/tenderers that have registered an interest in this notice on the Irish Government procurement opportunities portal www.etenders.gov.ie
The details of the party making the query will not be disclosed when circulating the response. All queries must be submitted by 12.00 noon on 23.9.2019 to enable issue of responses to all interested parties.
Show more Review body
Name: The High Court
Postal address: Chief Registrar, High Court, Inns Quay
Postal town: Dublin
Postal code: Dublin 7
Country: Ireland ๐ฎ๐ช
Phone: +353 18886000๐
E-mail: highcourtcentraloffice@courts.ie๐ง Body responsible for mediation procedures
Name: The President of Engineers Ireland
Postal address: 22 Clyde Rd, Ballsbridge, Dublin 4
Postal town: Dublin
Country: Ireland ๐ฎ๐ช
Phone: +353 16651300๐
URL: www.engineersireland.ie๐
Source: OJS 2019/S 169-413227 (2019-08-29)