Contract notice

Information

Published

Date of dispatch of this notice: 23/02/2016

Expire date: 04/04/2016

External Reference: 2016-135437

TED Reference: 2016/S 040-065396

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
Chief Executive's Department, Block 4, Floor 1, Civic Offices, Wood Quay
Dublin 8
IE
For the attention of: Ruth Dowling
Telephone: +353 12225443
E-mail: transformationunit@dublincity.ie
Further information can be obtained from:
Information is available from www.etenders.gov.ie RFT ID: 103230
.
.
IE
Internet address:
Specifications and additional documents (including documents for a dynamic purchasing system) can be obtained from:
Information is available from www.etenders.gov.ie RFT ID: 103230
.
.
IE
Internet address:
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
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:

Establishment of a Multi-Party Framework Agreement for Integrated Design Team Services with the Initial Contract for the development of a North City Operations Depot in Ballymun, Dublin 11

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

    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: 5
    Duration of the framework agreement
    Duration in years: 4
    Justification for a framework agreement, the duration of which exceeds four years: 
    Estimated total value of purchases for the entire duration of the framework agreement
    Estimated cost excluding VAT
    Range: between  2000000  and 10000000  EUR
    Frequency and value of the contracts to be awarded:

    The initial contract is for the development of a North City Operations Depot in Ballymun, Dublin 11. The framework may also be used for other architectural projects ranging in budget from €10m to €60m construction value. The frequency of subsequent projects is not known at this stage. The estimated duration of the initial contract will be four (4) years and will have an estimated cost of works value in the region of €25,000,000 (ex VAT)

    II.1.5)

    Short description of the contract or purchase(s)

    The multi-party framework agreement will be established with up to five (5)

    economic operators, subject to the receipt of a sufficient number of valid tenders

    and comprising the following disciplines:

    (a) Architectural Services (incl. design team lead, fire safety design services,

    disability access design services, employer’s representative for the Works

    Contract, design certifier and assigned certifier services as defined under the

    Building Control (Amendment) Regulations 2014).

    (b) Civil & Structural Engineering Services,

    (c) Quantity Surveying Services,

    (d) Building Services Engineering (incl. building energy rating)

    (e) Landscape Architectural Services,

    (f) Project Supervisor for the Design and Construction Process,

    (g) Traffic Management Services,

    (h) Environmental Consultant, and

    (i) Conservation Architect (this discipline will not be required for the initial

    contract but potentially may be required for future contracts).

    The architectural services consultant will be the design team lead and will act as

    the single point of contractual responsibility, with the remaining key disciplines

    providing collateral warranties for the benefit of the Contracting Authority. Only

    those Applicants capable of delivering all of the services listed above without

    exception (whether in-house or as a grouping/consortium or by relying on the

    resources of another party or parties) will be considered. Therefore, applications

    relating to one or several of these disciplines but not all are not acceptable and

    will be rejected. The maximum estimated value of the services over the lifetime of

    the framework is anticipated to be in the region of €2,000,000 to €10,000,000. (ex

    VAT).

    The period of the framework agreement will be four (4) years. For the avoidance of doubt, the period for delivery of any contracts awarded under the framework may extend beyond the date of expiry of the framework agreement.

    II.1.6)

    Common procurement vocabulary (CPV)

    Main vocabulary
    71200000   Architectural and related services
    Supplementary vocabulary
    71300000   Engineering services
    71311000   Civil engineering consultancy services
    71312000   Structural engineering consultancy services
    71313000   Environmental engineering consultancy services
    71315210   Building services consultancy services
    71317200   Health and safety services
    71321000   Engineering design services for mechanical and electrical installations for buildings
    71322500   Engineering-design services for traffic installations
    71324000   Quantity surveying services
    71420000   Landscape architectural 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:  no
    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 (Dublin City Council) is seeking to establish a multi-party framework agreement for integrated design team services with an initial contract for the development of a North City Operations Depot in Ballymun, Dublin 11. The estimated duration of the initial contract will be four (4) years and will have an estimated cost of works value in the region of €25,000,000 (ex VAT). The frequency of subsequent projects is not known at this stage.

    Estimated cost excluding VAT
    Range: between  2000000  and 10000000  EUR
    II.2.2)

    Information about options

    Options: no
    II.2.3)

    Information about renewals

    This contract is subject to renewal: no
    II.3)

    Duration of the contract or time limit for completion

    Duration in months: 048 (from the award of the contract)

    Section III: Legal, economic, financial and technical information

    III.1)

    Conditions relating to the contract

    III.1.3)

    Legal form to be taken by the group of economic operators to whom the contract is to be awarded:

    The architectural services consultant will be the design team lead and will act as the single point of contractual responsibility, with the remaining key disciplines providing collateral warranties for the benefit of the Contracting Authority.

    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 documents RFT ID: 103230 available at www.etenders.gov.ie

    III.2.2)

    Economic and financial ability

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

    Please see documents RFT ID: 103230 available at www.etenders.gov.ie

    Minimum level(s) of standards possibly required:

    Please see documents RFT ID: 103230 available at www.etenders.gov.ie

    III.2.3)

    Technical capacity

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

    Please see documents RFT ID: 103230 available at www.etenders.gov.ie

    Minimum level(s) of standards possibly required:

    Please see documents RFT ID: 103230 available at www.etenders.gov.ie

    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:

    See suitability assessment questionnaires. Please see documents RFT ID: 103230 available at www.etenders.gov.ie

    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 minimum number  5  and  maximum number  8
    Objective criteria for choosing the limited number of candidates: 

    Please see documents RFT ID: 103230 available at www.etenders.gov.ie

    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.3.2)

    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

    04.04.2016 - 12:00
    IV.3.6)

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

    [Language_EN][Language_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:

    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. The contract/framework agreement is primarily for use by the Chief Executive’s Department, but may be extended for use by other divisions of Dublin City Council as requirements arise.

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

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

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

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

    11. All queries regarding this tender must be emailed to transformationunit@dublincity.ie for the attention of Ruth Dowling. 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 24th March 2016 to enable issue of responses to all interested parties.

    12. 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
    Chief Registrar, The Four Courts
    Dublin 7  Inns Quay
    IE
    E-mail: highcourtcentraloffice@courts.ie
    Internet address:
     

    Body responsible for mediation procedures

    VI.4.2)

    Lodging of appeals

    Precise information on deadline(s) for lodging appeals:

    Please consult your solicitor

    VI.4.3)

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