Legal services (№15464263)


Link to original

To view links to the source need to register

Publication date


02-07-2019

Description


  1. Section I
    1. Name and addresses
      Transport Infrastructure Ireland (TII)
      Parkgate Business Centre, Parkgate Street
      Dublin
      D08 DK10
      Ireland
      Telephone: +353 16463508
      E-mail: [email protected]
    2. Type of the contracting authority:
    3. Main activity:
  2. Section II
    1. Scope of the procurement:
      1. Title:

        Metrolink Legal Services

        Reference number: TII129
      2. Main CPV code:
        79100000, 79100000
      3. Type of contract:
        Services
      4. Short description:

        TII has a requirement for legal services for the proposed Metrolink Project. This includes legal services necessary for the planning, consultation, construction and testing the system leading up to the operation of Metrolink. The services include but are not limited to the following areas: pre-railway order planning, environmental impact assessment, procurement, contract drafting and negotiation, railway order application/management/representation oral hearing, property acquisition/CPO, judicial review, injunctions and claims, compliance with requirements of the transport (Railway Infrastructure) Act 2001 and other relevant legislation and general claims advice and other associated legal services until the project comes into operation. The services will also include advising on interfacing of various contracts including train control systems, communications, ticketing, rolling stock, operating and maintaining depots. See www.metrolink.ie for more project information.

      5. Information about lots:
        This contract is divided into lots: no
      6. Total value of the procurement:
        Value
    2. Description
      1. Title:
      2. Additional CPV code(s):
        79100000
      3. Place of performance:
        Main site or place of performance:

        Dublin 8.

      4. Description of the procurement:

        The National Transport Authority’s Transport Strategy for the Greater Dublin Area, 2016-2035 identifies the Metrolink Scheme as the preferred public transport mode to address the transport needs of the Swords/Airport to City Centre corridor in Dublin. It also envisages the upgrading of the existing Luas Green Line between Ranelagh and Sandyford to a metro level of service. The Irish Government’s 7-year investment plan, ‘Building on Recovery: Infrastructure and Capital Investment 2016–2021’ endorses this recommendation.

        The scheme will provide a 26 kilometre high speed, high capacity, high frequency, modern and efficient public transport service for people travelling along the Swords/Airport to City Centre corridor in Dublin. It is intended that the scheme will commence construction in 2021 and will be open to passenger services by 2026/27.

        The anticipated indicative programme for delivery of the Scheme, which has an overall estimated value of circa 3 000 000 000 EUR (indicative estimate and subject to finalisation of design), is as follows:

        Stage name start date completion date:

        Stage (i): Preliminary Design Q3 2018 Q1 2019;

        Stage (ii): Reference Design Q2 2019 Q3 2019;

        Stage (iii): Detailed Design Q4 2019 Q1 2021;

        Stage (iv): Construction Stage Q1 2021 Q1 2027;

        Stage (v): Handover Q1 2027 Q1 2028.

        The winning tenderer will provide all legal services required for the purposes of the scheme, which may include, but not be limited to the following:

        — contract advice for all contracts as may be required by the scheme, including legal advice for the purposes of planning, constructing and the putting into operation of Metrolink (all aspects including risk allocation, procurement, negotiation, etc.),

        — competition law, general litigation and dispute resolution services,

        — planning and environmental law, railway order and other statutory and regulatory advices,

        — property and compulsory acquisition advices, and

        — any other legal advisory services that might not fit within the scope of the above list, as may be required by the client for the purposes of the scheme, including advices on PPPs.

        Applicants are invited to provide details of reference projects completed in the 10 years prior to the submission of the Pre-Qualification Submission or if not yet completed where the main construction contract has been signed. If the applicant is a group and intends to rely on the experience of individual member(s) or any other entity, the applicant shall provide details of the role in the project that each Member or other entity held and the services completed by it.

      5. Award criteria:
        Quality criterion - Name: Technical assesment / Weighting: 65
        Price - Weighting: 35
      6. Information about options:
        Options: no
      7. Information about European Union funds:
        The procurement is related to a project and/or programme financed by European Union funds: no
      8. Additional information:

        Tenderers will need to register on the etenders government website to download the various documents. The estimated amount of 17 500 000 EUR (Ex VAT) is based on the full 10 years and is only an approximate value; the actual value may be higher or lower.

  3. Section IV
    1. Description:
      1. Type of procedure:
        Restricted procedure
      2. Information about a framework agreement or a dynamic purchasing system:
      3. Information about electronic auction:
      4. Information about the Government Procurement Agreement (GPA):
        The procurement is covered by the Government Procurement Agreement: yes
    2. Administrative information:
      1. Previous publication concerning this procedure:
        Notice number in the OJ S: 2018/S 209-478788
      2. Information about termination of dynamic purchasing system:
      3. Information about termination of call for competition in the form of a prior information notice:
  4. Section V
    1. Contract No: 1
      Title:

      Metrolink Legal Services

    2. Award of contract
      1. Date of conclusion of the contract: 2019-06-24
      2. Information about tenders:
        Number of tenders received: 7
        The contract has been awarded to a group of economic operators: no
      3. Name and address of the contractor:
        A&L Goodbody/Pinsent Masons LLP JV
        1 Windmill Lane, Dublin 2
        Dublin
        D02F 206
        Ireland
        The contractor is an SME: no
      4. Information on value of the contract/lot (excluding VAT):


      5. Information about subcontracting:

  5. Section VI
    1. Additional information

      Tenderers will need to register on the etenders government website to download the various documents. The estimated amount of 17 500 000 EUR (Ex VAT) is based on the full 10 years and is only an approximate value; the actual value may be higher or lower.

    2. Procedures for review
      1. Review body
        Central Office of the High Court
        Four Courts Ground Floor Inns Quay
        Dublin
        D08 Dk10
        Ireland
        Telephone: +353 18886125
        E-mail: [email protected]
      2. Body responsible for mediation procedures

      3. Service from which information about the review procedure may be obtained

    3. Date of dispatch of this notice
      2019-06-28