Date of dispatch of this notice: 23/02/2016
Expire date: 04/04/2016
External Reference: 2016-135437
TED Reference: 2016/S 040-065396
Date of dispatch of this notice: 23/02/2016
Expire date: 04/04/2016
External Reference: 2016-135437
TED Reference: 2016/S 040-065396
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
Dublin
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)
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.
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.
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.
Please see documents RFT ID: 103230 available at www.etenders.gov.ie
Please see documents RFT ID: 103230 available at www.etenders.gov.ie
Please see documents RFT ID: 103230 available at www.etenders.gov.ie
Please see documents RFT ID: 103230 available at www.etenders.gov.ie
Please see documents RFT ID: 103230 available at www.etenders.gov.ie
See suitability assessment questionnaires. Please see documents RFT ID: 103230 available at www.etenders.gov.ie
Please see documents RFT ID: 103230 available at www.etenders.gov.ie
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.
Please consult your solicitor