Contract notice

Information

Published

Date of dispatch of this notice: 14/11/2014

Expire date: 15/01/2015

External Reference: 2014-513415

TED Reference: 2014/S 222-392700

Contract notice

Cached Version

Contract notice

Classic Sector

Directive 2004/18/EC

Services

Section I: Contracting authority

I.1)

Name, addresses and contact point(s)

Dublin City Council
N/A
Civic Offices,
Wood Quay  Dublin 8
IE
Telephone: +353 12222222
Internet address(es):
General address of the contracting authority: http://www.dublincity.ie
Address of the buyer profile: http://irl.eu-supply.com/ctm/Supplier/CompanyInformation/Index/267
Electronic access to information: http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=82543&B=ETENDERS_SIMPLE
Further information can be obtained from:
www.etenders.gov.ie
.
.
LT
Internet address:
Specifications and additional documents (including documents for a dynamic purchasing system) can be obtained from:
www.etenders.gov.ie
.
.
IE
Internet address:
Tenders or requests to participate must be sent to:
Dublin City Council, Law Department
Block 4, Floor 4, Civic Offices, Wood Quay
8  Dublin
IE
For the attention of: Senior Executive Officer
Telephone: +353 12223242
E-mail: sean.casey@dublincity.ie
Internet address:
I.2)

Type of the contracting authority

Regional or local authority
I.3)

Main activity

  • General public services
I.4)

Contract award on behalf of other contracting authorities

The contracting authority is purchasing on behalf of other contracting authorities: no

Section II: Object of the contract

II.1)

Description

II.1.1)

Title attributed to the contract by the contracting authority:

Multi-Operator Framework Agreements for Legal Services in 4 Lots

II.1.2)

Type of contract and location of works, place of delivery or of performance

Services
    Category No21:  Legal services
    Main site or location of works, place of delivery or of performance:

    Dublin 8

    NUTS code
    Dublin
    II.1.3)

    Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)

    The notice involves the establishment of a framework agreement
    II.1.4)

    Information on framework agreement

    Framework agreement with several operators
    maximum number of participants to the framework agreement envisaged: 40
    Duration of the framework agreement
    Duration in years: 4
    Estimated total value of purchases for the entire duration of the framework agreement
    Estimated cost excluding VAT
    Range: between  200000  and 5000000  EUR
    Frequency and value of the contracts to be awarded:
    II.1.5)

    Short description of the contract or purchase(s)

    The Law Department of Dublin City Council (DCC) is the largest legal Local Authority Office in the country. It provides a comprehensive service to the City Council in the entire area of Local Government Law including Conveyancing, Litigation, Commercial, Arbitration and EU Procurement. It is also a partner in a special project dealing with Personal Injuries Claims and Proceedings. However there are occasions when particular specialist legal services are required by the Council which are not available within the Law Department itself or if available the Law Department does not have the requisite personnel available to provide those legal services at the time in question.

    Dublin City Council therefore wishes to establish multi-operator framework agreements in respect of 4 Lots for the provision of Legal Services over a period of three years commencing in 2015, with a possibility of extension for a further year.

    II.1.6)

    Common procurement vocabulary (CPV)

    79100000   Legal services
    79110000   Legal advisory and representation services
    79111000   Legal advisory services
    79112000   Legal representation services
    79140000   Legal advisory and information services
    II.1.7)

    Information about Government Procurement Agreement (GPA)

    The contract is covered by the Government Procurement Agreement (GPA):  no
    II.1.8)

    Lots

    This contract is divided into lots:  yes
    Tenders may be submitted for  one or more lots
    II.1.9)

    Information about variants

    Variants will be accepted:  no
    II.2)

    Quantity or scope of the contract

    II.2.1)

    Total quantity or scope:

    The Law Department of Dublin City Council (DCC) is the largest legal Local Authority Office in the country. It provides a comprehensive service to the City Council in the entire area of Local Government Law including Conveyancing, Litigation, Commercial, Arbitration and EU Procurement. It is also a partner in a special project dealing with Personal Injuries Claims and Proceedings. However there are occasions when particular specialist legal services are required by the Council which are not available within the Law Department itself or if available the Law Department does not have the requisite personnel available to provide those legal services at the time in question.

    Dublin City Council therefore wishes to establish multi-operator framework agreements in respect of 4 Lots for the provision of Legal Services over a period of three years commencing in 2015 , with a possibility of extension for a further year. The requirements are divided into four lots and tenderers may apply for admission to the relevant framework under one or more lots. Separate competitions will be conducted for each lot.

    Estimated cost excluding VAT
    Range: between  200000  and 5000000  EUR
    II.2.2)

    Information about options

    Options: no
    II.2.3)

    Information about renewals

    This contract is subject to renewal: no

    Information about lots

    Lot No: 1  Lot title: Employment Law
    1)

    Short description:

    The services that are within Lot 1 include

    specialised advice on Employment Law and

    related issues which arise from time to time,

    including the drafting of employment agreements

    and human resource documentation. This advice

    will generally be required by Senior Management

    in the Human Resources Department in Dublin

    City Council in their dealings with its employees

    and the trade union representatives.

    2)

    Common procurement vocabulary (CPV)

    79100000   Legal services
    79110000   Legal advisory and representation services
    79111000   Legal advisory services
    79112000   Legal representation services
    79140000   Legal advisory and information services
    3)

    Quantity or scope:

    4)

    Indication about different date for duration of contract or starting/completion

    5)

    Additional information about lots:

    Lot No: 2  Lot title: Construction Law
    1)

    Short description:

    Dublin City Council may require firms to provide

    advice regarding contentious and non-contentious

    issues which may include litigation / dispute

    resolution services in relation to disputes and

    contract management issues as may arise in

    connection with construction contracts, ranging

    from residential developments to infrastructural and utilities related

    projects.

    2)

    Common procurement vocabulary (CPV)

    79100000   Legal services
    79110000   Legal advisory and representation services
    79111000   Legal advisory services
    79112000   Legal representation services
    79140000   Legal advisory and information services
    3)

    Quantity or scope:

    4)

    Indication about different date for duration of contract or starting/completion

    5)

    Additional information about lots:

    Lot No: 3  Lot title: Commercial Conveyancing
    1)

    Short description:

    In general terms, services within Lot 3 shall include advice and the provision of legal services to DCC in relation to any commercial transaction involving land. Such transactions may be by way of sale or acquisition; the services shall include advice, negotiation, preparation of legal documentation, the implementation of any such agreements to completion and the hand over at the end of each transaction to DCC’s Property Management Division in the Development Department. Services shall include dealing with any ancillary legal matters or disputes as arise during the course of such transactions.

    2)

    Common procurement vocabulary (CPV)

    79100000   Legal services
    79110000   Legal advisory and representation services
    79111000   Legal advisory services
    79112000   Legal representation services
    79140000   Legal advisory and information services
    3)

    Quantity or scope:

    4)

    Indication about different date for duration of contract or starting/completion

    5)

    Additional information about lots:

    Lot No: 4  Lot title: Public Procurement Law
    1)

    Short description:

    Under this Lot DCC may seek legal advice and

    support in respect of the law governing (or relating

    to) public procurement.

    2)

    Common procurement vocabulary (CPV)

    79100000   Legal services
    79110000   Legal advisory and representation services
    79111000   Legal advisory services
    79112000   Legal representation services
    79140000   Legal advisory and information services
    3)

    Quantity or scope:

    4)

    Indication about different date for duration of contract or starting/completion

    5)

    Additional information about lots:

    Section III: Legal, economic, financial and technical information

    III.1)

    Conditions relating to the contract

    III.1.4)

    Other particular conditions

    The performance of the contract is subject to particular conditions: no
    III.2)

    Conditions for participation

    III.2.1)

    Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers

    Information and formalities necessary for evaluating if the requirements are met:

    Please see tender documents on www.etenders.gov.ie for full details

    III.2.2)

    Economic and financial ability

    Information and formalities necessary for evaluating if the requirements are met:

    Please see tender documents on www.etenders.gov.ie for full details

    Minimum level(s) of standards possibly required:

    Please see tender documents on www.etenders.gov.ie for full details

    III.2.3)

    Technical capacity

    Information and formalities necessary for evaluating if the requirements are met:

    Please see tender documents on www.etenders.gov.ie for full details

    Minimum level(s) of standards possibly required:

    Please see tender documents on www.etenders.gov.ie for full details

    III.3)

    Conditions specific to services contracts

    III.3.1)

    Information about a particular profession

    Execution of the service is reserved to a particular profession: yes
    Reference to the relevant law, regulation or administrative provision:

    Tenderers must be eligible to provide legal services in Ireland under the terms of the Solicitors Acts 1954 to 2008 and/or applicable EU law. All of the personnel proposed for each Lot must hold a current and valid practising certificate issued by the Law Society of Ireland or equivalent professional body. Further information on registration procedures can be found at http://www.pointofsinglecontact.ie/Browse-by-Sector/Legal/Solicitors.html. The Irish Point of Single Contact (PSC) has been established as the point of single contact for Ireland as required under the Services Directive 2006/123/EC. The role of the PSC is to assist service providers who wish to provide services in Ireland, by connecting them with the relevant competent authorities in order to complete all relevant procedures.

    III.3.2)

    Staff responsible for the execution of the service

    Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: yes

    Section IV: Procedure

    IV.1)

    Type of procedure

    IV.1.1)

    Type of procedure

    Open
    IV.2)

    Award criteria

    IV.2.1)

    Award criteria

    The most economically advantageous tender in terms of , the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
    IV.2.2)

    Information about electronic auction

    An electronic auction will be used: no
    IV.3)

    Administrative information

    IV.3.1)

    File reference number attributed by the contracting authority

    etenders file reference number 90055

    IV.3.2)

    Previous publication(s) concerning the same contract

    no
    IV.3.3)

    Conditions for obtaining specifications and additional documents or descriptive document

    Payable documents: no
    IV.3.4)

    Time limit for receipt of tenders or requests to participate

    15.01.2015 - 12:00
    IV.3.6)

    Language(s) in which tenders or requests to participate may be drawn up

    EN,GA
    IV.3.7)

    Minimum time frame during which the tenderer must maintain the tender

    Duration in months: 012 (from the date stated for receipt of tender)
    IV.3.8)

    Conditions for opening tenders

    Persons authorised to be present at the opening of tenders: no

    Section VI: Complementary information

    VI.1)

    Information about recurrence

    This is a recurrent procurement: no
    VI.2)

    Information about European Union funds

    The contract is related to a project and/or programme financed by European Union funds: no
    VI.3)

    Additional information:

    Additional Information – Dublin City Council

    1. Dublin City Council is subject to the provisions of the Freedom of Information Act (FOI) 1997, 2003. 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 Acts.

    2. It will be a condition for the award of any contract by Dublin City Council 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.

    3. 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.

    4. 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.

    5. 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. Dublin City Council will not accept responsibility for information relayed (or not relayed) via third parties.

    6. Emailed/faxed/late tenders will not be accepted. Tenderers are asked to include a return address on the packaging.

    7. Tenders may be submitted in English or in the Irish language.

    8. Appeals procedure: The body to whom appeals should be addressed is – The High Court, Four Courts, Inns Quay, Dublin 7.

    9. All queries regarding this tender must be emailed to Sean Casey at this email address: sean.casey@dublincity.ie. Queries must be in question format and must be submitted by email. 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 noon on 5th January 2015 to enable issue of responses to all interested parties.

    10. Please note that where documents are made available in both PDF and Word format, in the event that there is any discrepancy between the documents, the PDF version will take precedence.

    VI.4)

    Procedures for appeal

    VI.4.1)

    Body responsible for appeal procedures

    The High Court
    The Four Courts, Inns Quay
    8  Dublin
    Internet address:
     

    Body responsible for mediation procedures

    Please contact your legal representative
    Internet address:
    VI.4.2)

    Lodging of appeals

    Precise information on deadline(s) for lodging appeals:

    Please contact your legal representative

    VI.4.3)

    Service from which information about the lodging of appeals may be obtained