Contract notice

Information

Published

Date of dispatch of this notice: 12/10/2018

Expire date: 23/11/2018

External Reference: 2018-235347

TED Reference: 2018/S 200-454681

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Fingal County Council
N/A
PO Box 174
Main Street, Swords
Fingal County Hall
IE
Contact person: James Walls
Telephone: +353 18905904
Fax: +353 18905919
Internet address(es):
Main address: http://www.fingal.ie

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=136600&B=ETENDERS_SIMPLE
Additional information can be obtained from
the abovementioned address:  
Tenders or requests to participate must be submitted
Tenders or requests to participate must be submitted
to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at:  www.etenders.gov.ie
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

Integrated Environmental Consultancy Services
Reference number:  FCC/091/18
II.1.2)

Main CPV code

71313000  -  Environmental engineering consultancy services
II.1.3)

Type of contract

Services
II.1.4)

Short description

Establishment of Multi-Party Framework Agreement for an Integrated Environmental Consultancy Team comprising environmental, ecological and engineering services relating to historic, legacy and unauthorised landfills and any environmental investigations of similar nature in Fingal County Council. The framework agreement will be established on foot of this tender competition. The initial contract will be awarded to the successful tenderer shortly after the formal establishment of the framework agreement. Further details relating to the initial contract are included in Section 5 of the Service Requirements Document, contained in the tender package (eTenders RFT ID141037).
II.1.5)

Estimated total value

Value excluding VAT: 600000.00  EUR
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

71300000  -  Engineering services
71311000  -  Civil engineering consultancy services
71312000  -  Structural engineering consultancy services
71318000  -  Advisory and consultative engineering services
71350000  -  Engineering-related scientific and technical services
71800000  -  Consulting services for water-supply and waste consultancy
90711400  -  Environmental Impact Assessment (EIA) services other than for construction
90713000  -  Environmental issues consultancy services
II.2.3)

Place of performance

Main site or place of performance:  
Dublin
II.2.4)

Description of the procurement

Establishment of Multi-Party Framework Agreement for an Integrated Environmental Consultancy Team comprising environmental, ecological and engineering services relating to historic, legacy and unauthorised landfills and any environmental investigations of similar nature in Fingal County Council.
The framework agreement will be established as a multi-party framework agreement with six (6) number of operators, subject to that number meeting the minimum criteria and rules.The Environmental Consultant will be appointed as the Integrated Team Lead (Please refer to the Suitability Assessment Questionnaires which set out the minimum technical and financial requirements for the consultancy services required). A Collateral Warranty may be required for other team members, as appropriate.
The estimated total value of purchases pursuant to the framework agreement is in the region of €400,000 to €600,000 (ex. VAT) over the lifetime of the agreement. It is emphasised, however, that this figure is provided strictly for indicative purposes only as there is no guaranteed expenditure under the framework agreement. The Framework Agreement will be established on foot of an initial contract, as detailed under Section 5 of the Service Requirements document included in the tender package. In addition to the initial contract, the framework agreement will also be used for the following types of contracts:
• Environmental services relating to historic, legacy and unauthorised landfills
• Environmental investigations on other contaminated land
• Environmental investigations on Article 27 Sites
• Other Environmental Monitoring Work, as required
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: 600000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24
This contract is subject to renewal: yes
Description of renewals:  
The framework agreement will be for 2 years, with two options to extend by 1year, subject to a maximum of four (4) years subject to satisfactory performance, business needs and budgetary constraints.
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: yes
Description of options:
Please refer to pricing and resource allocation schedule contained in the tender package, which outlines the 3 different Options that the Contracting Authority require to be priced as part of this procurement. Please Note that the prices and rates provided in the pricing and resource allocation schedule are applicable for the initial 2 year framework. Ultimate Cost (for evaluation purposes) will be evaluated on the Total Price for the Initial Contract (Fixed Price Lump Sum) plus total price for Options 1,2 and 3. Please Note: the initial contract price is based on the fixed price lump sum (for stages 1-4) as detailed in the Form of Tender and Schedule. The Contracting Authority reserves the right not to avail of any of the options included.
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)

Additional information

Tender responses are to be uploaded via the eTenders website. Please ensure sufficient time to upload your documents. Please upload your documents in a maximum of 2no. PDF files (File 1 Response to Suitability Assessment Questionnaire) and File 2 Response to Award Criteria (both qualitative and price)

Section III: Legal, economic, financial and technical information

III.1)

Conditions for participation

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 the Service Requirements document contained within the Tender Package
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

Open procedure
IV.1.3)

Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement:  6
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:  23/11/2018
Local time:  16:00
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English
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)
IV.2.7)

Conditions for opening of tenders

Date:  23/11/2018
Local time:  16:00

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.2)

Information about electronic workflows

Electronic payment will be used
VI.3)

Additional information

eTenders RFT ID 141037
1. The estimated total value of the any purchases pursuant to the framework agreement will not exceed €600,000 (ex VAT) over its lifetime.
2. It is emphasised, however, that this figure is provided strictly for indicative purposes only as there is no guaranteed expenditure under the framework agreement.
3. The framework agreement will be for two (2) years, with the option to extend for further periods of one (1) year, to a maximum of four (4) years subject to satisfactory performance, business needs and budgetary constraints.
For the avoidance of doubt, the Contracting Authority confirms that the period of any contracts awarded under the framework agreement may extend beyond the date of expiry of the agreement.
4. Interested parties must register their interest on the eTenders web site (www.etenders.gov.ie) in order to be included on the mailing list for clarifications. 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. The Contracting Authority will not accept responsibility for information relayed (or not relayed) via third parties.
5. This is the sole call for competition for this service.
6. The Contracting Authority will not be responsible for any costs, charges or expenses incurred by tenderers.
7. Contract award will be subject to the approval of the competent authorities.
8. It will be a condition of award that tenderers are tax compliant.
9. If for any reason, it is not possible to establish the framework agreement or award the initial contract to the designated successful tenderer emerging from this competitive process; the Contracting Authority reserves the right to establish the framework with the next highest scoring tenderer since the terms advertised at any time during the tender validity period. This shall be without prejudice to the right of the Contracting Authority to cancel this competitive process and/or initiate a new contract award procedure at its sole discretion.
10. At its absolute discretion, the Contracting Authority may elect to terminate this procurement process, the framework agreement or any contract awarded under the framework agreement at any time.
11. 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.
12. Without prejudice to the principle of equal treatment, the Contracting Authority is not obliged to engage in a clarification process in respect of tenders with missing or incomplete information. Therefore, tenderers are advised to ensure that they return fully completed tenders in order to avoid the risk of elimination from the competition.
VI.4)

Procedures for review

VI.4.1)

Review body

The High Court
Dublin
IE