Contract notice

Information

Published

Date of dispatch of this notice: 25/08/2016

Expire date: 27/09/2016

External Reference: 2016-970597

TED Reference: 2016/S 166-298854

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
D08 RF3F
IE
Contact person: Executive Manager
Telephone: +353 12222251
NUTS code:  IE021 -  Dublin
Internet address(es):
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=100582&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

Provision of Consultancy Services for the Inspection of, Reporting on, and Certification of Power Operated Units in Dublin City Council (including the Provision of PSDP Services)
Reference number:  Power Operated Units in DCC
II.1.2)

Main CPV code

71310000  -  Consultative engineering and construction services
II.1.3)

Type of contract

Services
II.1.4)

Short description

Dublin City Council as the Contracting Authority (CA) wishes to appoint a consultant to carry out safety inspections including risk assessments of Power Operated Units (POUs) under its jurisdiction. The consultant must report on mitigation measures and design, procure and supervise remedial works required to ensure the units are compliant with the relevant legislation and standards. There are approximately 350 POUs under Dublin City Council’s jurisdiction consisting of sliding gates, swing gates, roller shutter doors and manual gates / doors.
The primary objective of the Consultant (CT) will be to provide technical, engineering, commercial and procurement services associated with the preparation of all documentation and information necessary to facilitate the inspection, certification, completion of remedial measures and maintenance requirements of all power operated units.
The CT must also undertake the role and carry out the duties of the Project Supervisor Design Process (PSDP)
II.1.5)

Estimated total value

Value excluding VAT: 300000.00  EUR
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

44115310  -  Roller-type shutters
44221230  -  Sliding doors
44221240  -  Garage doors
71320000  -  Engineering design services
71321000  -  Engineering design services for mechanical and electrical installations for buildings
II.2.3)

Place of performance

NUTS code:  IE021 -  Dublin
II.2.4)

Description of the procurement

Dublin City Council as the Contracting Authority (CA) wishes to appoint a consultant to carry out safety inspections including risk assessments of Power Operated Units (POUs) under its jurisdiction. The consultant must report on mitigation measures and design, procure and supervise remedial works required to ensure the units are compliant with the relevant legislation and standards. There are approximately 350 POUs under Dublin City Council’s jurisdiction consisting of sliding gates, swing gates, roller shutter doors and manual gates / doors.
The primary objective of the Consultant will be to provide technical, engineering, commercial and procurement services associated with the preparation of all documentation and information necessary to facilitate the inspection, certification, completion of remedial measures and maintenance requirements of all power operated units.
The Consultant must also undertake the role and carry out the duties of the Project Supervisor Design Process (PSDP) and as Designer must be competent to undertake the duties of designer as set out in Safety, Health and Welfare at Work (Construction) Regulations, 2013 including consideration of the principles of prevention in relation to design and preparation of Design Risk Assessments.
The Consultant must undertake all activities and tasks needed to ensure that all of the necessary inspections, reports, and documentation required to certify the POUs as safe are completed to the relevant Irish and international standards and regulations.
The scope of services includes the following:
• Review existing data and collect data for the completion of the Register and Technical File for each POU.
• Prepare a report setting out an overview of all legislation that relate to POUs and the relevant regulations and standards for installation, testing and maintenance that must be adhered to by owners of same.
• Inspect and carry out testing of all POUs for compliance with regulations.
• Carry out a documented risk assessment for all POUs to identify any hazards and associated risks to persons using the POUs and recommended control measures.
• Complete a report for each POU setting out details of the inspection, risk assessment completed and detailing any deficiencies and provide recommended options, including associated costs to make the POUs safe.
• Design and specify repair work, upgrades and replacement including safety warning signage on all POUs that do not meet regulations to ensure POUs comply with relevant regulations including preparation of tender documents.
• Assist with the procurement of a contractor for the Works, including managing the tender process, dealing with tender queries and preparation of tender report.
• Administer the contract and supervise works to handover stage
• Carry out revised risk assessments after design changes, repair work, upgrades, and replacement of POUs.
• Revise Dublin City Council draft risk assessment and weekly checklist for operation of POUs.
• Prepare individual scheduled maintenance documents for each required maintenance period for each POU.
• Prepare sample tender documents for future maintenance of each type of POU.
• Assist Dublin City Council with certification of the POUs
• Ensure that any commercial arrangement delivers best value for the Contracting Authority.
• Ensure all activities and works are carried out in compliance with all Health & Safety Requirements - Safety, Health and Welfare at Work Act, 2005, Safety, Health and Welfare at Work (General Application) Regulations, 2007 and Safety, Health and Welfare at Work (Construction) Regulations, 2013
• Carry out the role and duties of Project Supervisor Design Process (PSDP) throughout the life of the commission.
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: 300000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 18
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 refer to tender documents which are available at www.etenders.gov.ie (RFT ID: 106760)
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 refer to tender documents which are available at www.etenders.gov.ie (RFT ID: 106760)
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.2.2)

Contract performance conditions

Please refer to tender documents which are available at www.etenders.gov.ie (RFT ID: 106760)

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Restricted procedure
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:  27/09/2016
Local time:  15:00
IV.2.3)

Estimated date of dispatch of invitations to tender or to participate to selected candidates

Date: 14/10/2016
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:  no
VI.2)

Information about electronic workflows

Electronic invoicing will be accepted
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 contract 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 Bernadette.O'Connor@dublincity.ie for the attention of Bernadette O'Connor. 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 20th September 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 CA
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

25/08/2016