Contract notice

Information

Published

Date of dispatch of this notice: 07/12/2018

Expire date: 21/01/2019

External Reference: 2018-266668

TED Reference: 2018/S 238-544047

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: Said Shawqi
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=139220&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 the Provision of Services for Traffic Counts
Reference number:  etenders reference number: 143506
II.1.2)

Main CPV code

71250000  -  Architectural, engineering and surveying services
II.1.3)

Type of contract

Services
II.1.4)

Short description

Dublin City Council invites competent tenderers to tender for this framework using an open procedure. The Framework will be in place for 2 years from the date of signing this Framework. The Framework may be extended twice each extension for 12 months by mutual agreement. One tenderer will be admitted to the Framework. The tender is for carrying out annual traffic counts including the main annual traffic counts which are the Cordon Counts and the Quays Counts. Other counts may be needed during the course of the Framework. Dublin City Council is unable to state the total quantity of surveys that will be required; however, Dublin City Council can give approximate annual expenditure of €100,000 over the last 4 years. The successful tenderer will be responsible for the design, implementation and monitoring of any traffic management necessary for the execution of the surveys. The survey data must be presented as stated in Section 3, Specification of Service Requirements.
II.1.5)

Estimated total value

Value excluding VAT: 400000.00  EUR
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

71250000  -  Architectural, engineering and surveying services
72316000  -  Data analysis services
72319000  -  Data supply services
72321000  -  Added-value database services
II.2.4)

Description of the procurement

Dublin City Council invites competent tenderers to tender for Single Party Framework Agreement, for the Provision of Services for Traffic Counts . Dublin City Council is using open procedure for the award of this Framework Agreement. Therefore, while all interested parties may submit a tender, only those demonstrating that they have the required level of financial, technical capacity and experience in carrying out the required detailed traffic counts, will have their tender considered. The Framework Agreement will be in place for 2 years from the date of signing the agreement. The Framework Agreement may be extended twice each extension for 12 months by mutual agreement. One tenderer will be admitted to the Framework Agreement. The tender is for carrying out annual traffic counts including the main annual traffic counts which are the Cordon Counts and the Quays Counts . Other counts may be needed during the course of the Framework Agreement. For the year 2016, there were 41 survey locations for the Cordon Counts which are carried out in the month of November and 61 survey locations for the Quays Counts which are carried out in the month of May. Dublin City Council is unable to state the total quantity of surveys that will be required under this Framework Agreement; however, Dublin City Council can give approximate annual expenditure of 100,000 Euros over the last 4 years. The successful tenderer will be responsible for the design, implementation and monitoring of any traffic management necessary for the execution of the surveys. The survey data must be presented as stated in Section 3, Specification of Service Requirements. Please refer to the attached documents for further details.
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: 400000.00  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 may be extended twice each extension for 12 months by mutual agreement
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

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:  17/01/2019
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:  17/01/2019
Local time:  12:00
Information about authorised persons and opening procedure:  
The date and time set out above is subject to change at the discretion of Dublin City Council.

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 Environment and Transportation Department but may be extended for use by other DCC divisions as requirements arise.
7.Emailed/faxed/late tenders will not be accepted. Tenderers are asked to include a return address on the packaging.
8. 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) 21 243 92 77
(09:00am – 17:30pm GMT)
9. Tenders may be submitted in English or in the Irish language.
10. All queries regarding this tender or process must be submitted through the Irish Government Procurement Opportunities Portal www.etenders.gov.ie (RFT ID: 143506) 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 before Monday 7th January 2019 @ 12 noon to enable issue of responses to all interested parties
11. 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.4.2)

Body responsible for mediation procedures

please contact your solicitor
Dublin
IE

VI.4.4)

Service from which information about the review procedure may be obtained

please contact your solicitor
Dublin
IE