Contract notice

Information

Published

Date of dispatch of this notice: 12/07/2019

Expire date: 16/08/2019

External Reference: 2019-252432

TED Reference: 2019/S 135-332850

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Environment and Transportation, Dublin City Council
N/A
Civic Offices, Wood Quay
Dublin 8
Dublin
IE
Contact person: David Howley
Internet address(es):
Main address: www.dublincity.ie

Dun Laoghaire Rathdown County Council
County Hall, Marine Road, Dún Laoghaire, County Dublin
Dún Laoghaire
IE
Internet address(es):
South Dublin County Council
County Hall, Tallaght, Dublin 24
Tallaght
IE
Internet address(es):
Main address: https://sdcc.ie/

Fingal County Council
County Hall, Main Street,Swords, Co. Dublin
Swords
IE
Internet address(es):
I.2)

Joint procurement

The contract involves joint procurement
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=150502&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 Topographical Surveying & the Surveying and Mapping of Underground Utility Services and Structures using Ground Penetrating Radar.
Reference number:  154130
II.1.2)

Main CPV code

71355000  -  Surveying services
II.1.3)

Type of contract

Services
II.1.4)

Short description

Dublin City Council will be facilitating the establishment of this multi-party framework agreement on behalf of itself and the other three Dublin Local Authorities.The multi-party framework agreement will be established with at least 3 economic operators and the scope will cover both Topographical surveys and the detection, verification, surveying and mapping of underground utility services and structures (e.g. cellars) and the production of corresponding drawings and reports. The maximum estimated value of services over the lifetime of the framework is in the region of €5m (ex. VAT). The framework will be established on foot of an initial contract for a Topographical Survey and the detection, verification, surveying & mapping of underground utility services & structures and the production of corresponding drawings & reports for a section of Sean Moore Road.
II.1.5)

Estimated total value

Value excluding VAT: 5000000.00  EUR
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

71222100  -  Urban areas mapping services
71222200  -  Rural areas mapping services
71317200  -  Health and safety services
71351810  -  Topographical services
71354100  -  Digital mapping services
71510000  -  Site-investigation services
II.2.4)

Description of the procurement

Dublin City Council will be facilitating the establishment of this multi-party framework agreement on behalf of itself and the other three Dublin Local Authorities. These authorities will be known as the framework purchasers. Any contracts entered into on foot of the framework agreement will be strictly between each framework purchaser and the chosen framework operator. The multi-party framework agreement will be established with at least 3 economic operators and the scope will cover both Topographical surveys and Ground Penetrating Radar surveys or either one individually. The scope for the GPR surveys will cover the detection, verification, surveying and mapping of underground utility services and structures (e.g. cellars) and the production of corresponding drawings and reports. The scope for the Topographical surveys will cover the identification and mapping of all items, street furniture, materials, pavements types etc and the production of corresponding drawings and reports. The maximum estimated value of services over the lifetime of the framework is in the region of €5m (ex. VAT). The framework will be established on foot of an initial contract for a Topographical Survey and the detection, verification, surveying & mapping of underground utility services & structures and the production of corresponding drawings & reports for a section of Sean Moore Road.
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: 5000000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48
This contract is subject to renewal: 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

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:  3
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:  16/08/2019
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:  16/08/2019
Local time:  12:00
Information about authorised persons and opening procedure:  
Please note the date and time above is subject to Dublin City Council discretion.

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.3)

Additional information

Additional Information – Dublin City Council
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.
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.
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.
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.
The framework agreement is primarily for use by the Environment & Transformation Department, but may also be extended for use by other divisions of Dublin City Council as requirements arise.
Emailed/faxed/late tenders will not be accepted. Tenderers are asked to include a return address on the packaging.
Please note that OJEU contracts are covered by the Government Procurement Agreement (GPA).
All queries regarding this tender must be submitted to www.etenders.gov.ie. 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 2nd August 2019 to enable issue of responses to all interested parties.
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.
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 Contracting Authority.
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