Contract notice

Information

Published

Date of dispatch of this notice: 09/12/2014

Expire date: 16/01/2015

External Reference: 2014-571112

TED Reference: 2014/S 241-424403

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):
Electronic access to information: http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=83298&B=ETENDERS_SIMPLE
Further information can be obtained from:
Please see www.etenders.gov.ie
.
.
IE
Internet address:
Specifications and additional documents (including documents for a dynamic purchasing system) can be obtained from:
Please see www.etenders.gov.ie
.
.
IE
Internet address:
Tenders or requests to participate must be sent to:
Dublin City Council, City Architects Division,
Block 4 West, Floor 2, Civic Offices, Wood Quay
8  Dublin
IE
Contact point(s): Luke Fitzgerald
For the attention of: Luke Fitzgerald
E-mail: luke.fitzgerald@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 Agreement for Architectural Services in 3 Lots

II.1.2)

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

Services
    Category No12:  Architectural services; engineering services and integrated engineering services; urban planning and landscape engineering services; related scientific and technical consulting services; technical testing and analysis services
    Main site or location of works, place of delivery or of performance:

    Dublin City Council administrative area

    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
    Number of participants to the framework agreement envisaged: 15
    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: 18000000  EUR
    Frequency and value of the contracts to be awarded:
    II.1.5)

    Short description of the contract or purchase(s)

    The Contracting Authority is seeking to establish three framework agreements for the provision of architectural services in connection with a wide variety of projects within the Council’s administrative area, including new build and refurbishment projects of housing, civic, community, recreational and public realm natures.

    Each framework agreement will be established for a period of one year with possible annual extensions at the discretion of the Contracting Authority up to a maximum of four (4) years, subject to satisfactory annual performance and review, budgetary constraints and government policy. For the avoidance of doubt, the period for delivery of any contracts awarded under a framework may extend beyond the date of expiry of that framework agreement.

    Framework members will be required to provide architectural design and associated services for stages (i)-(v) of the Capital Works Management Framework or a subset thereof. As part of the service delivery, framework members will be required to provide the following specialist skills:

    • Design Team Lead,

    • Employer’s Representative for works contracts,

    • Design Certifier and Assigned Certifier (under the Building Control Amendment Regulations 2014),

    • Fire Safety Design, and/or

    • Universal/Accessibility Design.

    Only those Applicants capable of delivering all of the services listed above (whether in-house or as a grouping/consortium) will be considered. Therefore, applications relation to one or several of these services only are not acceptable and will be rejected.

    II.1.6)

    Common procurement vocabulary (CPV)

    71200000   Architectural and related services
    71317100   Fire and explosion protection and control consultancy services
    71520000   Construction supervision services
    71541000   Construction project management services
    II.1.7)

    Information about Government Procurement Agreement (GPA)

    The contract is covered by the Government Procurement Agreement (GPA):  yes
    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 Contracting Authority is seeking to establish three framework agreements for the provision of architectural services in connection with a wide variety of projects within the Council’s administrative area, including new build and refurbishment projects of housing, civic, community, recreational and public realm natures.

    Each framework agreement will be established for a period of one year with possible annual extensions at the discretion of the Contracting Authority up to a maximum of four (4) years, subject to satisfactory annual performance and review, budgetary constraints and government policy. For the avoidance of doubt, the period for delivery of any contracts awarded under a framework may extend beyond the date of expiry of that framework agreement.

    Framework members will be required to provide architectural design and associated services for stages (i)-(v) of the Capital Works Management Framework or a subset thereof. As part of the service delivery, framework members will be required to provide the following specialist skills:

    • Design Team Lead,

    • Employer’s Representative for works contracts,

    • Design Certifier and Assigned Certifier (under the Building Control Amendment Regulations 2014),

    • Fire Safety Design, and/or

    • Universal/Accessibility Design.

    Only those Applicants capable of delivering all of the services listed above (whether in-house or as a grouping/consortium) will be considered. Therefore, applications relation to one or several of these services only are not acceptable and will be rejected.

    2.2 Lots

    The service requirements are divided into three lots as follows:

    Lot 1 Multi-operator framework agreement for architectural services for projects of an est. construction value of €1m - €5m (ex. VAT)

    Lot 2 Multi-operator framework agreement for architectural services for projects of an est. construction value of €5m - €10m (ex. VAT)

    Lot 3 Multi-operator framework agreement for architectural services for projects of an est. construction value in excess of €10m (ex. VAT)

    While Applicants may apply for one, several or all lots, they may only be admitted to one framework agreement. Therefore, following the evaluation of tenders received at stage 2 of this competition, where a tenderer has been deemed successful in more than one lot, the Contracting Authority will ask that tenderer to confirm their preferred choice of lot before finalising the award decision.

    Applicants are advised that Dublin City Council will shortly commence a separate public procurement process for the establishment of a panel of architectural services for projects of an estimated construction value of less than €1m (ex. VAT). Interested parties are advised to monitor the Irish Government Public Procurement Opportunities Portal www.etenders.gov.ie for further information.

    Estimated cost excluding VAT: 18000000  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: Projects with estimated construction value of 1 - 5 Million Euro
    1)

    Short description:

    Architectural Services for stages (i) to (v) of the

    Capital Works Management Framework, or a

    subset thereof.

    Specialist skills required from the Architect are

    Design Team Lead, Employer’s Representative

    for works contract, Design Certifier and Assigned

    Certifier (under the Building Control Amendment

    Regulations 2014), Fire Safety Design, and

    Universal/Accessibility Design.

    2)

    Common procurement vocabulary (CPV)

    71200000   Architectural and related services
    71317100   Fire and explosion protection and control consultancy services
    71520000   Construction supervision services
    71541000   Construction project management services
    3)

    Quantity or scope:

    4)

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

    5)

    Additional information about lots:

    The Contracting Authority is seeking to establish a multi-operator framework agreement for the provision of architectural services for projects of an estimated construction value of €1m - €5m (ex. VAT).

    The projects will be located within the Council’s administrative area and will be varied in nature, including new build and refurbishment projects of housing, civic, community, recreational and public realm natures.

    The framework agreement will be established with five (5) operators, subject to the receipt of a sufficient number of valid tenders.

    Framework members will be required to provide architectural design and associated services for stages (i)-(v) of the Capital Works Management Framework or a subset thereof. As part of the service delivery, framework members will be required to provide the specialist skills as described in section 1.4 of this Suitability Assessment Questionnaire.

    The maximum estimated value of services over the lifetime of the framework is in the region of €4 million (ex VAT).

    INITIAL CONTRACT:

    The framework agreement will be established on foot of an initial contract for Architectural Services for stages (i) to (v) of the Capital Works Management Framework.

    Specialist skills required will be Design Team Lead, Employer’s Representative for works contract, Design Certifier and Assigned Certifier (under the Building Control Amendment Regulations 2014), Fire Safety Design, and Universal/Accessibility Design.

    The project involves an energy retro-fit and refurbishment of an existing social housing flats development for Dublin City Council Housing and Residential Services, within Dublin City Council’s Administrative Area. The project will comprise upgrading works to the external and internal building fabric, services installation and utilities infrastructure as well as precinct improvements and public realm works. The estimated construction value is €3million (excl VAT).

    LOTS:

    This is one of 3 lots being advertised by the Contracting Authority. As stated in the Project Information Summary attached to the contract notice, Applicants may apply for one, several or all lots but they may only be admitted to one framework agreement.

    Lot No: 2  Lot title: Projects with estimated construction value of 5 - 10 Million Euro
    1)

    Short description:

    Architectural Services for stages (i) to (v) of the

    Capital Works Management Framework, or a sub-

    set thereof.

    Specialist skills required from the Architect are

    Design Team Lead, Employer’s Representative

    for works contract, Design Certifier and Assigned

    Certifier (under the Building Control Amendment

    Regulations 2014), Fire Safety Design, and

    Universal/Accessibility Design.

    2)

    Common procurement vocabulary (CPV)

    71200000   Architectural and related services
    71317100   Fire and explosion protection and control consultancy services
    71520000   Construction supervision services
    71541000   Construction project management services
    3)

    Quantity or scope:

    4)

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

    5)

    Additional information about lots:

    The Contracting Authority is seeking to establish a multi-operator framework agreement for the provision of architectural services for projects of an estimated construction value of €5m - €10m (ex. VAT).

    The projects will be located within the Council’s administrative area and will be varied in nature, including new build and refurbishment projects of housing, civic, community, recreational and public realm natures.

    The framework agreement will be established with five (5) operators, subject to the receipt of a sufficient number of valid tenders.

    Framework members will be required to provide architectural design and associated services for stages (i)-(v) of the Capital Works Management Framework or a subset thereof. As part of the service delivery, framework members will be required to provide the specialist skills as described in section 1.4 of this Suitability Assessment Questionnaire.

    The maximum estimated value of services over the lifetime of the framework is in the region of €6 million (ex VAT).

    INITIAL CONTRACT:

    The framework agreement will be established on foot of an initial contract for Architectural Services for stages (iib) to (v) of the Capital Works Management Framework.

    Specialist skills required will be Design Team Lead, Employer’s Representative for works contract, Design Certifier and Assigned Certifier (under the Building Control Amendment Regulations 2014), and Universal/Accessibility Design.

    The project is for a new build apartment development with approximately 30 no. units for Dublin City Council Housing and Residential Services on a brown field inner city site. The project has a Part VIII Planning Permission (dated 2009) which may need to be reviewed, dependent on the outcome of detailed design and legislative changes since Planning was granted. The estimated construction value of the site is approximately €6 million (excl VAT).

    LOTS:

    This is one of 3 lots being advertised by the Contracting Authority. As stated in the Project Information Summary attached to the contract notice, Applicants may apply for one, several or all lots but they may only be admitted to one framework agreement.

    Lot No: 3  Lot title: Projects with estimated construction value greater than 10 Million Euro
    1)

    Short description:

    Architectural Services for stages (i) to (v) of the

    Capital Works Management Framework, or a sub-

    set thereof.

    Specialist skills required from the Architect are

    Design Team Lead, Employer’s Representative

    for works contract, Design Certifier and Assigned

    Certifier (under the Building Control Amendment

    Regulations 2014), Fire Safety Design, and

    Universal/Accessibility Design.

    2)

    Common procurement vocabulary (CPV)

    71200000   Architectural and related services
    71317100   Fire and explosion protection and control consultancy services
    71520000   Construction supervision services
    71541000   Construction project management services
    3)

    Quantity or scope:

    4)

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

    5)

    Additional information about lots:

    The Contracting Authority is seeking to establish a multi-operator framework agreement for the provision of architectural services for projects of an estimated construction value in excess of €10m (ex. VAT).

    The projects will be located within the Council’s administrative area and will be varied in nature, including new build and refurbishment projects of housing, civic, community, recreational and public realm natures.

    The framework agreement will be established with five (5) operators, subject to the receipt of a sufficient number of valid tenders.

    Framework members will be required to provide architectural design and associated services for stages (i)-(v) of the Capital Works Management Framework or a subset thereof. As part of the service delivery, framework members will be required to provide the specialist skills as described in section 1.4 of this Suitability Assessment Questionnaire.

    The maximum estimated value of services over the lifetime of the framework is in the region of €8 million (ex VAT).

    INITIAL CONTRACT:

    The framework agreement will be established on foot of an initial contract for Architectural Services for stages (iib) to (v) of the Capital Works Management Framework.

    Specialist skills required will be Design Team Lead, Employer’s Representative for works contract, Design Certifier and Assigned Certifier (under the Building Control Amendment Regulations 2014), and Universal/Accessibility Design.

    The project is for a new build mixed use development in the inner city, comprising social housing, commercial units, a community centre and ancillary car parking, public realm and infrastructural works for Dublin City Council. It is anticipated that Planning will be in place before the consultant is appointed and services will be required to develop the design, through from post planning stage to handover stages. There are 73 no housing units in the design. The estimated construction value is €23 million (excl VAT).

    LOTS:

    This is one of 3 lots being advertised by the Contracting Authority. As stated in the Project Information Summary attached to the contract notice, Applicants may apply for one, several or all lots but they may only be admitted to one framework agreement.

    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 refer to tender documents on www.etenders.gov.ie for information

    III.2.2)

    Economic and financial ability

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

    Please refer to tender documents on www.etenders.gov.ie for information

    Minimum level(s) of standards possibly required:

    Please refer to tender documents on www.etenders.gov.ie for information

    III.2.3)

    Technical capacity

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

    Please refer to tender documents on www.etenders.gov.ie for information

    Minimum level(s) of standards possibly required:

    Please refer to tender documents on www.etenders.gov.ie for information

    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: no
    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: no

    Section IV: Procedure

    IV.1)

    Type of procedure

    IV.1.1)

    Type of procedure

    Restricted
    IV.1.2)

    Limitations on the number of operators who will be invited to tender or to participate

    Envisaged number of operators:  15
    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 reference number 90750

    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

    16.01.2015 - 12:00
    IV.3.6)

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

    EN,GA

    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. Please note that OJEU contracts are covered by the Government Procurement Agreement (GPA).

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

    10. All queries regarding this tender must be emailed to luke.fitzgerald@dublincity.ie for the attention of Luke Fitzgerald. 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 9am, Irish time, on Monday 5th January 2015 to enable issue of responses to all interested parties.

    11. 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,
    7  Dublin
    IE
    Internet address:
     

    Body responsible for mediation procedures

    VI.4.2)

    Lodging of appeals

    Precise information on deadline(s) for lodging appeals:
    VI.4.3)

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