TII intends to establish a single-party framework agreement under which services required by TII shall be drawn down under separate Call-Off Contracts. It is intended to use the NEC 4 Professional Services Contract for the call-off contracts. The proposed duration of the framework duration is 13 years which aligns with the delivery and operational commencement phases that the Client Partner will be supporting. The services to be provided include the following: 1. Delivery planning and integration 2. Development of technical documentation in support of procurement (Design and Engineering works), plus the development of a Software System to facilitate the development and evaluation of tender competitions 3. Programme management & controls 4. Digital information management 5. Stakeholder management 6. Health, safety, environment & quality 7. Communications management 8. Project assurance 9. Document control
Deadline
The time limit for receipt of tenders was 2022-03-16.
The procurement was published on 2022-01-27.
Suppliers
The following suppliers are mentioned in award decisions or other procurement documents:
Object Scope of the procurement
Title: MetroLink Client Partner Support Services
TII202
Products/services: Project management consultancy services๐ฆ
Short description:
โTII intends to establish a single-party framework agreement under which services required by TII shall be drawn down under separate Call-Off Contracts. It...โ
Short description
TII intends to establish a single-party framework agreement under which services required by TII shall be drawn down under separate Call-Off Contracts. It is intended to use the NEC 4 Professional Services Contract for the call-off contracts. The proposed duration of the framework duration is 13 years which aligns with the delivery and operational commencement phases that the Client Partner will be supporting. The services to be provided include the following: 1. Delivery planning and integration 2. Development of technical documentation in support of procurement (Design and Engineering works), plus the development of a Software System to facilitate the development and evaluation of tender competitions 3. Programme management & controls 4. Digital information management 5. Stakeholder management 6. Health, safety, environment & quality 7. Communications management 8. Project assurance 9. Document control
Show more
Estimated value excluding VAT: EUR 200 000 000 ๐ฐ
TII intends to establish a single-party framework agreement under which services required by TII shall be drawn down under separate Call-Off Contracts. The services to be provided include the following:
(1) Delivery planning & integration: Development of the systems integration strategy and management of its implementation. The strategy will cover: (a) integration of the project elements into an effective and efficient operational metro system; and (b) integration of the work of various contractors and suppliers to ensure efficient delivery.
(2) Development of technical documentation in support of procurement: Prepare the tender design for robust 401, 402, 403 and 500 design and build contracts suitable for issue to the main tendering parties based upon the development of the preliminary design and the reference design. The CP shall provide technical leadership in, inter alia, the following disciplines: track geometry, geotechnics and earthworks, tunnels and shafts, station design both subsurface and surface, power and systems, roads, utilities, surface water drainage and flood impact assessment, depot design and operation, structures (bridges, culverts and cut and cover works), traffic and transportation modelling, construction methodology, fire safety strategy. In addition, the CP shall consider the geological investigation and geotechnical Design reports prepared by the current Engineering Designer and shall produce the geotechnical baseline report. Based upon the tender design the CP shall prepare all the PQQ and ITT tender documentation for the 401, 402 and 403 contracts including the works requirements and all other related document and manage the tender assessment process for the procurement of contractors required for all contract packages. The CP shall manage the procurement of the PPP contract 500 and shall prepare all the tender documentation. The CP shall develop procurement software to facilitate the development and evaluation of tender competitions, this can be used on other TII projects outside of MetroLink as and when required. (3) Programme Management & Controls: CP will take a leading role in the development and implementation of programme management and controls across the procurement and construction phases, in line with TII and NTA Policy and Procedures. The CP will help to establish a tiered approach to assurance. CP shall manage progress reporting (schedule, quality, risk) across all work packages and coordinate reporting to TII. (see IMPQQ for a description of the contract packages such as 401)โ.
(4) Digital Information Management: Manage the organisation, data and digitalisation of information, including Building Information Modelling (BIM). Providing the resources to manage the Common Data Environment (CDE). Others will provide the CDE.
(5) Stakeholder Management: Supporting the management of programme- wide stakeholders.
(6) HSE&Q: Act as PSDP for the project taking over the role from Jacobs Idom. Coordinate the input from PSDP co- ordinators for other design packages including playing facilities, Advance Works Engineering Designer and HV substations and supply cable routes. Supporting the development of policies and processes and strategic planning.
(7) Communications Management: Strategic and day-to-day project communications, including, communications strategy, planning, team establishment, media management, web and social media management.
(8) Project Assurance: Project assurance, compliance project governance and controls. The role excludes technical assurances, such as design and safety that will be undertaken by others.
(9) Document Control: Document management administration and controls using TII systems.
Show more Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
Scope of the procurement
Estimated total value excluding VAT: EUR 200 000 000 ๐ฐ
Duration of the contract, framework agreement or dynamic purchasing system
The time frame below is expressed in number of months.
Description
Duration: 156
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 5 candidates following the Selection Stage
Description
Additional information:
โFurther to issue of the previous Periodic Indicative Notice for the preliminary market consultation for MetroLink Client Support Services on the 19 March...โ
Additional information
Further to issue of the previous Periodic Indicative Notice for the preliminary market consultation for MetroLink Client Support Services on the 19 March 2020 and responses received on 07 April 2020. TII evaluated the feedback received and amended its procurement approach for these services. A further update was provided to the market via PIN on 21 April 2021.
Legal, economic, financial and technical information 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
Negotiated procedure with prior call for competition
Information about a framework agreement or a dynamic purchasing system
Framework agreement with a single operator
Description
In the case of framework agreements, provide justification for any duration exceeding 8 years:
โThere is both a legal basis in Recital 72 of the Utilities Directive and a factual basis having regard to the subject matter of the Client Partner role to...โ
In the case of framework agreements, provide justification for any duration exceeding 8 years
There is both a legal basis in Recital 72 of the Utilities Directive and a factual basis having regard to the subject matter of the Client Partner role to award a single supplier framework agreement with a duration of 13 years
Show more Administrative information
Time limit for receipt of tenders or requests to participate: 2022-03-16
12:00 ๐
Languages in which tenders or requests to participate may be submitted: English ๐ฃ๏ธ
The time frame below is expressed in number of months.
Minimum time frame during which the tenderer must maintain the tender: 9
Complementary information Additional information
โTII will not be liable for any participantโs costs arising in connection with participating in the competition, irrespective of the outcome of...โ
TII will not be liable for any participantโs 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 has the right at any time and without notice to:
(i) terminate the competition (or part of it);
(ii) change the competitionโs 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 the competent authorities.
- Award of contract may be subject to successful interview.
- Interested parties are advised that TII is 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.
- An Information Memorandum and Pre-qualification Questionnaire are available on the etenders Website at http://www.etenders.gov.ie. Interested parties wishing to participate should ensure that the Pre-Qualification Questionnaire (and the ESPD, where used) is completed and returned in accordance with the requirements set out in the Pre-qualification Questionnaire and Information Memorandum. The Information Memorandum sets out details of the project and the procurement process. The estimated value is between โฌ150m - โฌ200m (Ex VAT) which is based on current assumptions is for MetroLink CP. The 156 months (13 years) is an estimate of the time required based on the current programme. Should the delivery phase of MetroLink be extended, the requirement for the MetroLink Client Partner Support Services shall be required until approximately 1 year into the Operational Commencement phase. Award of the Framework Agreement and any subsequent contracts is subject to approval from the relevant authorities.
Show more Review body
Name: Central Office of the High Court
Postal address: Four Courts
Postal town: Dublin 7
Country: Ireland ๐ฎ๐ช
Phone: +353 18886511๐
E-mail: highcourtcentraloffice@courts.ie๐ง
Fax: +353 18886125 ๐
URL: http://www.courts.ie๐ Body responsible for mediation procedures
Name: Central Office of the High Court
Postal address: Four Courts
Postal town: Dublin 7
Country: Ireland ๐ฎ๐ช
Phone: +353 18886511๐
E-mail: highcourtcentraloffice@courts.ie๐ง
Fax: +353 18886125 ๐
URL: http://www.courts.ie๐
Source: OJS 2022/S 022-056137 (2022-01-27)
Additional information (2022-10-28) Contracting authority Name and addresses
Postal town: Dublin
Postal code: D08 DK10
Complementary information Original notice reference
Notice number in the OJ S: 2022/S 022-056137
Changes Text to be corrected in the original notice
Section number: II.2.14
Empty old value
New value
Text:
โTII may adopt the procedure detailed in Regulation 49.1(f) of the European Union (Award of Contracts by Utility Undertakings) Regulations 2016 to award new...โ
Text
TII may adopt the procedure detailed in Regulation 49.1(f) of the European Union (Award of Contracts by Utility Undertakings) Regulations 2016 to award new services consisting of the repetition of similar services entrusted to the successful Tenderer under this procurement procedure including for the further development of the MetroLink project, such as revised or additional routes or additional statutory planning procedures, subject to ongoing need, budget availability, satisfactory performance by the successful Tenderer and approval of all relevant authorities and for similar services required from the successful Tenderer in excess of the estimated value of the Client Partner Services Contract
Show more
Source: OJS 2022/S 211-609170 (2022-10-28)
Contract award notice (2023-08-21) Object Scope of the procurement
Short description:
โTII have established a single-party framework agreement for Client Services for MetroLink. The proposed duration aligns with the delivery and operational...โ
Short description
TII have established a single-party framework agreement for Client Services for MetroLink. The proposed duration aligns with the delivery and operational commencement phases of MetroLink that the Client Partner (CP) will be supporting. The services to be provided include the following:
1. Delivery planning and integration
2. Development of technical documentation in support of procurement (Design and Engineering works), plus the development of a Software System to facilitate the development and evaluation of tender competitions
3. Programme management & controls
4. Digital information management
5. Stakeholder management
6. Health, safety, environment & quality
7. Communications management
8. Project assurance
9. Document control
Show more
Total value of the procurement (excluding VAT): EUR 193 709 996 ๐ฐ
Description
Description of the procurement:
โTII intends to establish a single-party framework agreement under which services required by TII shall be drawn down under separate Call-Off Contracts. The...โ
Description of the procurement
TII intends to establish a single-party framework agreement under which services required by TII shall be drawn down under separate Call-Off Contracts. The services to be provided include the following:
(1) Delivery planning & integration: Development of the systems integration strategy and management of its implementation. The strategy will cover: (a) integration of the project elements into an effective and efficient operational metro system; and (b) integration of the work of various contractors and suppliers to ensure efficient delivery.
(2) Development of technical documentation in support of procurement: Prepare robust tender designs for the 401, 402, 403 and 500 design and build contracts suitable for issue to the main tendering parties based upon the development of the preliminary design and the reference design. The CP shall provide technical leadership in, inter alia, the following disciplines: track geometry, geotechnics and earthworks, tunnels and shafts, station design both subsurface and surface, power and systems, roads, utilities, surface water drainage and flood impact assessment, depot design and operation, structures (bridges, culverts and cut and cover works), traffic and transportation modelling, construction methodology, fire safety strategy. In addition, the CP shall consider the geological investigation and geotechnical design reports prepared by the current Engineering Designer and shall produce the geotechnical baseline report. In conjunction with the tender design the CP shall prepare all the PQQ and ITT tender documentation for the 401, 402 and 403 contracts including the works requirements and all other related document and manage the tender assessment process for the procurement of contractors required for all contract packages. The CP shall manage the procurement of the PPP contract 500 and shall prepare all the tender documentation. The CP shall develop procurement software to facilitate the development and evaluation of tender competitions, this can be used on other TII projects outside of MetroLink as and when required.
(3) Programme Management & Controls: CP will take a leading role in the development and implementation of programme management and controls across the procurement and construction phases, in line with TII and NTA Policy and Procedures. The CP will help to establish a tiered approach to assurance. CP shall manage progress reporting (schedule, quality, risk) across all work packages and coordinate reporting to TII. (Further descriptions of these services was provided in the IMPQQ within the Contract Notice)โ.
(4) Digital Information Management: Manage the organisation, data and digitalisation of information, including Building Information Modelling (BIM). Providing the resources to manage the Common Data Environment (CDE). Others will provide the CDE.
(5) Stakeholder Management: Supporting the management of programme- wide stakeholders.
(6) HSE&Q: Act as PSDP for the project. Coordinate the input from PSDP co-ordinators for other design packages including playing facilities, Advance Works Engineering Designer and HV substations and supply cable routes. Supporting the development of policies and processes and strategic planning.
(7) Communications Management: Strategic and day-to-day project communications, including, communications strategy, planning, team establishment, media management, web and social media management.
(8) Project Assurance: Project assurance, compliance project governance and controls. The role excludes technical assurances, such as design and safety that will be undertaken by others.
(9) Document Control: Document management administration and controls using TII systems.
Show more Award criteria
Quality criterion (name): Quality
Quality criterion (weighting): 700
Price (weighting): 300
Procedure Information about framework agreement
The procurement involves the establishment of a framework agreement
Administrative information
Previous publication concerning this procedure: 2022/S 022-056137
Award of contract
1๏ธโฃ
Contract Number: 1
Title: MetroLink Client Partner Support Services
Date of conclusion of the contract: 2023-07-07 ๐
Information about tenders
Number of tenders received: 4
Number of tenders received from SMEs: 1
Number of tenders received from tenderers from other EU Member States: 1
Number of tenders received from tenderers from non-EU Member States: 1
Number of tenders received by electronic means: 4
Name and address of the contractor
Name: Turner and Townsend Ltd
National registration number: IE102886
Postal address: Ashford House 18-23 Tara Street
Postal town: Dublin
Postal code: D02VX67
Country: Ireland ๐ฎ๐ช
Region: รire/Ireland๐๏ธ
The contractor is an SME โ Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 193 709 996 ๐ฐ
Information about subcontracting
The contract is likely to be subcontracted
Short description of the part of the contract to be subcontracted:
โThe services will be performed by Turner & Townsend, who will be supported in the provision of the services by the following Subcontractors:
WSP Ireland...โ
Short description of the part of the contract to be subcontracted
The services will be performed by Turner & Townsend, who will be supported in the provision of the services by the following Subcontractors:
WSP Ireland Consulting Limited
Mace Consultancy (Ireland) Limited
Pricewaterhouse Coopers Services
Show more
Source: OJS 2023/S 163-512799 (2023-08-21)