Contract notice

Information

Published

Date of dispatch of this notice: 14/11/2018

Expire date: 17/12/2018

External Reference: 2018-225574

TED Reference: 2018/S 221-505993

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Dublin City Council
N/A
Civic Offices, Wood Quay
Dublin 8
Dublin
IE
Contact person: Martin Donlon
Telephone: +353 2223943
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=138123&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

Multi-Party Framework Agreement for Architect Led Integrated Design Team Services for projects within Dublin City Council’s Administrative Area in 2 Lots
Reference number:  eTenders RFT 142472
II.1.2)

Main CPV code

71200000  -  Architectural and related services
II.1.3)

Type of contract

Services
II.1.4)

Short description

The Contracting Authority (Dublin City Council) is seeking to establish a multi-party framework agreement in 2 lots for integrated design team services.
The lots will comprise the following:
o Lot 1: For projects with an estimated construction value up to €15million. The maximum estimated value of the services over the lifetime of the framework is anticipated to be in the region €7.8 million. The estimated construction value over the lifetime of the framework is in the region of €60 million to €65 million;
o Lot 2: For projects with an estimated construction value in excess of €15million. The maximum estimated value of the services over the lifetime of the framework is anticipated to be in the region of €132 million. The estimated construction value over the lifetime of the framework is in the region of €1.1 billion.
II.1.5)

Estimated total value

Value excluding VAT: 140000000.00  EUR
II.1.6)

Information about lots

This contract is divided into lots: yes
Tenders may be submitted for  one lot only
Maximum number of lots that may be awarded to one tenderer:  1
II.2)

Description

II.2.1)

Title

Lot 1: For projects with an estimated construction value up to €15million
Lot No:  1
II.2.2)

Additional CPV code(s)

71210000  -  Advisory architectural services
71220000  -  Architectural design services
71221000  -  Architectural services for buildings
71300000  -  Engineering services
71311000  -  Civil engineering consultancy services
71311100  -  Civil engineering support services
71312000  -  Structural engineering consultancy services
71313000  -  Environmental engineering consultancy services
71313420  -  Environmental standards for construction
71315210  -  Building services consultancy services
71317200  -  Health and safety services
71317210  -  Health and safety consultancy services
71321000  -  Engineering design services for mechanical and electrical installations for buildings
71322000  -  Engineering design services for the construction of civil engineering works
71324000  -  Quantity surveying services
71333000  -  Mechanical engineering services
71334000  -  Mechanical and electrical engineering services
71351914  -  Archaeological services
71400000  -  Urban planning and landscape architectural services
71420000  -  Landscape architectural services
90700000  -  Environmental services
II.2.3)

Place of performance

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

Description of the procurement

o Lot 1: For projects with an estimated construction value up to €15million. The maximum estimated value of the services over the lifetime of the framework is anticipated to be in the region €7.8 million. The estimated construction value over the lifetime of the framework is in the region of €60 million to €65 million
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: 7800000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48
This contract is subject to renewal: yes
Description of renewals:  
The period of the framework agreement will be one (1) year with an option to extend annually up to a maximum of 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.
II.2.9)

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

Envisaged number of candidates: 14
Objective criteria for choosing the limited number of candidates:
As per Suitability Assessment Questionnaire
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
II.2)

Description

II.2.1)

Title

Lot 2: For projects with an estimated construction value in excess of €15million
Lot No:  2
II.2.2)

Additional CPV code(s)

71210000  -  Advisory architectural services
71220000  -  Architectural design services
71221000  -  Architectural services for buildings
71300000  -  Engineering services
71311000  -  Civil engineering consultancy services
71311100  -  Civil engineering support services
71312000  -  Structural engineering consultancy services
71313000  -  Environmental engineering consultancy services
71313420  -  Environmental standards for construction
71315210  -  Building services consultancy services
71317200  -  Health and safety services
71317210  -  Health and safety consultancy services
71321000  -  Engineering design services for mechanical and electrical installations for buildings
71322000  -  Engineering design services for the construction of civil engineering works
71324000  -  Quantity surveying services
71333000  -  Mechanical engineering services
71334000  -  Mechanical and electrical engineering services
71351914  -  Archaeological services
71400000  -  Urban planning and landscape architectural services
71420000  -  Landscape architectural services
90700000  -  Environmental services
II.2.3)

Place of performance

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

Description of the procurement

o Lot 2: For projects with an estimated construction value in excess of €15million. The maximum estimated value of the services over the lifetime of the framework is anticipated to be in the region of €132 million. The estimated construction value over the lifetime of the framework is in the region of €1.1 billion.
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: 132000000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48
This contract is subject to renewal: yes
Description of renewals:  
The period of the framework agreement will be one (1) year with an option to extend annually up to a maximum of 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.
II.2.9)

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

Envisaged number of candidates: 12
Objective criteria for choosing the limited number of candidates:
As per Suitability Assessment Questionnaire
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:  As per Suitability Assessment Questionnaire
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

As per tender documentation
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

The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement:  16
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:  17/12/2018
Local time:  12:00
IV.2.3)

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

Date: 14/01/2019
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English, Scottish Gaelic
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.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 Act.
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 Architects 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 submitted through the Irish Government Procurement Opportunities Portal www.etenders.gov.ie (RFT ID:142472) for the attention of Mr Martin Donlon. 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 4th December 2018 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.
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

VI.4.3)

Review procedure

Precise information on deadline(s) for review procedures: 
Please contact your solicitor