Contract notice

Information

Published

Date of dispatch of this notice: 22/06/2016

Expire date: 25/07/2016

External Reference: 2016-637073

TED Reference: 2016/S 121-215072

Contract notice

Cached Version

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Dublin City Council
N/A
Environment and Transportation Department, Block 2, Floor 6, Civic Offices, Wood Quay
Dublin 8
IE
Contact person: Executive Manger
Telephone: +353 12222251
NUTS code:  IE021 -  Dublin
Internet address(es):
Dun Laoghaire-Rathdown County Council
County Hall, Marine Road
Dun Laoghaire
Co. Dublin
IE
Contact person: Gerry Flaherty
NUTS code:  IE021 -  Dublin
Internet address(es):
I.2)

Joint procurement

The contract involves joint procurement
I.3)

Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at:  
http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=99432&B=ETENDERS_SIMPLE
Additional information can be obtained from
the abovementioned address:  
Tenders or requests to participate must be submitted
to the abovementioned address
I.4)

Type of the contracting authority

Regional or local authority
I.5)

Main activity

General public services

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Multi-Party Framework Agreement for Consultant Engineering Services for the Design and contract Administration of Road Schemes
II.1.2)

Main CPV code

71311210  -  Highways consultancy services
II.1.3)

Type of contract

Services
II.1.4)

Short description

Dublin City Council (DCC) is establishing this Multi-Party Framework Agreement
to enable the engagement of Engineering Consultants for the Design and
Contract Administration of Road Schemes for Project Stages (i) Preliminary (ii)
Design, (iii) Tender Action, Evaluation, Award, (iv) Construction and (v) Handover,
on behalf of itself and Dun Laoghaire-Rathdown County Council (DLRCC). For further information please see Tender Documents available at www.etenders.gov.ie (RFT ID: 105685)
II.1.5)

Estimated total value

Value excluding VAT: 2500000.00  EUR
II.1.6)

Information about lots

This contract is divided into lots: no
II.2)

Description

II.2.2)

Additional CPV code(s)

71311210  -  Highways consultancy services
II.2.3)

Place of performance

NUTS code:  IE021 -  Dublin
II.2.4)

Description of the procurement

Dublin City Council (DCC) is establishing this Multi-Party Framework Agreement
to enable the engagement of Engineering Consultants for the Design and
Contract Administration of Road Schemes for Project Stages (i) Preliminary (ii)
Design, (iii) Tender Action, Evaluation, Award, (iv) Construction and (v) Handover,
on behalf of itself and Dun Laoghaire-Rathdown County Council (DLRCC).
The Scope includes (but is not limited to):
Carry out all duties of a consultant under the standard Conditions of Engagement
for Consultancy Services (Technical);
Carry out PSDP and Designer duties and report to the client under the Safety,
Health and Welfare Construction Regulations 2013;
Carry out Road Safety Audits;
Prepare the preliminary and detailed design of road schemes;
Review previous studies carried out;
Report on progress and meet with the client;
Provide drawings and reports for statutory processes required for the construction
of road schemes, such as Compulsory Purchase Orders, Part 8 planning
permissions and Environmental Impact Assessments;
Attend oral hearings;
Present to local area committee members, council meetings and other
stakeholders;
Carry out Public consultations;
Liaise with stakeholders;
Secure Third Party Services necessary to advance the project;
Produce tender documents;
Carry out suitability assessment and tender assessment for procuring Contractor
services;
Check Main contractors insurances, performance bond, tax clearance, collateral
warranty, and parent company guarantee;
Provide construction supervision and contract administration services;
Carry out design work for approved Change Orders identified by Client,
Employers Representative and Consultant;
Issue Certificates of Substantial and Final Completion;
Manage issues during maintenance period;
Produce final account within 90 days of certificate of final completion.
Produce as built Drawings; and
Manage and deliver client Safety File.
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)

Estimated value

Value excluding VAT: 2500000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48
This contract is subject to renewal: no
II.2.9)

Information about the limits on the number of candidates to be invited

Envisaged minimum number: 5  /  Maximum number: 10
Objective criteria for choosing the limited number of candidates:
Please see Suitability Assessment Questionnaires available to download at www.etenders.gov.ie (RFT ID:105685).
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: no
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no

Section III: Legal, economic, financial and technical information

III.1)

Conditions for participation

III.1.1)

Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:  Please see Suitability Assessment Questionnaires available to download at www.etenders.gov.ie (RFT ID:105685).
III.1.2)

Economic and financial standing

Selection criteria as stated in the procurement documents
III.1.3)

Technical and professional ability

Selection criteria as stated in the procurement documents
III.2)

Conditions related to the contract

III.2.3)

Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Restricted procedure
IV.1.3)

Information about a framework agreement or a dynamic purchasing system

Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement:  10
IV.1.8)

Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: yes
IV.2)

Administrative information

IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  25/07/2016
Local time:  12:00
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English, Irish
IV.2.6)

Minimum time frame during which the tenderer must maintain the tender

Duration in months : 12  (from the date stated for receipt of tender)

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  yes
Estimated timing for further notices to be published:  
2020
VI.3)

Additional information

1. Dublin City Council is subject to the provisions of the Freedom of Information Act (FOI) 2014. 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 framework agreement is primarily for use by the Environment and Transportation Department, but may also 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 traffic@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 11th July 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.
13. For each criterion marked as Response: Declaration Required, applicants must initially provide the Appendices referenced under each criterion no later than the date set for return of the forms, and, where appropriate, confirm in the box provided that it is included with the completed Questionnaire. Failure to do so could invalidate the submission.
Applicants may also satisfy this requirement by submitting an ESPD completed in accordance with EU Regulation 2016/7. By completing Part IV (a) of the ESPD titled: Global Indication for all Selection Criteria, applicants will be taken to declare that they meet the standards set for all criteria where the response is Declaration Required. Supporting documentation should be provided promptly upon request from the Contracting Authority.
VI.4)

Procedures for review

VI.4.1)

Review body

High Court
Chief Registrar, The Four Courts
Inns Quay
Dublin 7
IE
Telephone: +353 18886000

VI.4.3)

Review procedure

Precise information on deadline(s) for review procedures: 
Please consult your Solicitor.
VI.5)

Date of dispatch of this notice

21/06/2016