Contract notice

Information

Published

Date of dispatch of this notice: 21/11/2018

Expire date: 14/01/2019

External Reference: 2018-289886

TED Reference: 2018/S 227-519606

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Dublin City Council
N/A
Culture, Recreation & Economic Services
Block 4, Ground Floor, Civic Offices, Wood Quay, Dublin 8
IE
Contact person: Gary Sullivan
Internet address(es):
Main address: www.dublincity.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=137054&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
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

Single-Party Framework Agreement for Project Management Services for the Redevelopment of Dalymount Park.
Reference number:  141465
II.1.2)

Main CPV code

71541000  -  Construction project management services
II.1.3)

Type of contract

Services
II.1.4)

Short description

Dublin City Council is seeking to establish a Single-Party Framework Agreement for Project Management Services for the Redevelopment of Dalymount Park.
The plan for Dalymount is to develop an all-seater municipal sports stadium with football as its primary use. The stadium will be located on the Dalymount Park Site off North Circular Road, Phibsborough, Dublin 7.
The framework will be established for a period of five (5) years. For the avoidance of doubt, the period for delivery of any contracts awarded under the framework may extend beyond that date of expiry of the framework agreement.
Please see the tender documents available at www.etenders.gov.ie (RFT ID 141465)
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

72224000  -  Project management consultancy services
II.2.4)

Description of the procurement

Dublin City Council is seeking to establish a Single-Party Framework Agreement for Project Management Services for the Redevelopment of Dalymount Park.
The plan for Dalymount is to develop an all-seater municipal sports stadium with football as its primary use. The stadium will be located on the Dalymount Park Site off North Circular Road, Phibsborough, Dublin 7.
The key drivers of the overall project are:
• To secure the future of this historic site as a football ground for not just Dublin but Ireland.
• To provide the city with a Municipal Sports Stadium that will become a major sports, cultural, and community amenity for the city and will have some community use for local schools community groups, and clubs.
• The need for a modern stadium so the two anchor tenants Bohemian FC and Shelbourne FC can take advantage of the new facility to drive their respective clubs forward.
The framework will be established for a period of five (5) years. For the avoidance of doubt, the period for delivery of any contracts awarded under the framework may extend beyond that date of expiry of the framework agreement.
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: 650000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 60
This contract is subject to renewal: no
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.1.2)

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 see tender documents available to download from www.etenders.gov.ie RFT ID: 141465.

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 a single operator
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:  04/01/2019
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)
IV.2.7)

Conditions for opening of tenders

Date:  04/01/2019
Local time:  12:00
Place:  
The date and time for opening tenders set out above may change at the discretion of Dublin City Council.

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.2)

Information about electronic workflows

Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3)

Additional information

1.Dublin City Council is subject to the Freedom of Information Act (FOI) 2014. If you consider that any of the information supplied is either commercially sensitive or confidential, this should be highlighted and the reasons specified. In response to an FOI request, the relevant material will be examined in the light of the exemptions provided for in the Act.
2.It will be a condition for the award of any contract by DCC that the successful tenderer & sub-contractors (if applicable) produce a valid Tax Clearance Certificate from the Revenue Commissioners. 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 at www.etenders.gov.ie to be included on the mailing list for clarifications.
4.Where reference is made to a particular standard, make, trademark, etc. that this is not to be regarded as a de facto requirement. In such cases it should be understood that "or equivalent" will always be appended.
5.Please note also that all information relating to attachments, including clarifications and changes, will be published on www.etenders.gov.ie only. Registration is free of charge. DCC will not accept responsibility for information relayed (or not relayed) via third parties.
6.Emailed/faxed/late tenders will not be accepted.
7.Suppliers should note the following when making their submission:
•To enable submission of multiple documents concurrently, download and install the ‘Upload Manager ActiveX’ facility to your eTenders user profile.
•When using the ‘Upload Manager’ facility do not use the ‘Schedule’ option.
•Instead, use only the ‘Upload’ option, which will enable monitoring of the upload.
•Suppliers who do not use the Upload Manager can upload individual files, however please ensure to allow sufficient time for upload.
•There is a maximum upload limit of 2GB per document. Documents larger than this should be divided into smaller files prior to upload.
•Should you experience difficulty when uploading documents please contact the eTenders Support Desk for technical assistance. Email etenders@eu-supply.com or Telephone:353(0)212439277 (9:00am–7:30pm GMT)
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.All queries regarding this tender requirements or process must be submitted through the Irish Government Procurement Opportunities Portal www.etenders.gov.ie (RFT ID:141465) as a specific question. Responses will be circulated to those tenderers that have registered an interest in this notice on www.etenders.gov.ie. The details of the person making a query will not be disclosed when circulating the response. All queries must be submitted by 12 noon on 14th December 2018 to enable issue of responses to all interested parties.
11.Please note that where documents are made available in both PDF and Word format, any discrepancy between the documents, the PDF version will take precedence.
12.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.
VI.4)

Procedures for review

VI.4.1)

Review body

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