Contract notice

Information

Published

Date of dispatch of this notice: 05/02/2020

Expire date: 06/03/2020

External Reference: 2020-243470

TED Reference: 2020/S 026-059237

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: Joesph Mernagh
Telephone: +353 2224897
Internet address(es):
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=161465&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 the Provision of Basement Impact Assessment Auditor Services
Reference number:  02/2020 BIA
II.1.2)

Main CPV code

71300000  -  Engineering services
II.1.3)

Type of contract

Services
II.1.4)

Short description

The successful tenderer (Auditor) is required to conduct a review of a Basement Impact Assessment submission for compliance and adequacy and shall confirm whether the BIA has been completed and has addressed all DCC policies as specified and outlined in the Basement Development Policy and Basement Development Guidance documents. The Auditor is then required to prepare an Audit Report for submission to the DCC Environment and Transport (E&T) Department.
A multi-party framework agreement to audit Basement Impact Assessment (BIA) submissions is to be established by Dublin City Council (DCC).
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)

45000000  -  Construction work
45100000  -  Site preparation work
45200000  -  Works for complete or part construction and civil engineering work
45210000  -  Building construction work
45211000  -  Construction work for multi-dwelling buildings and individual houses
45212000  -  Construction work for buildings relating to leisure, sports, culture, lodging and restaurants
45212314  -  Historical monument or memorial construction work
45213000  -  Construction work for commercial buildings, warehouses and industrial buildings, buildings relating to transport
45214000  -  Construction work for buildings relating to education and research
45214630  -  Scientific installations
45215000  -  Construction work for buildings relating to health and social services, for crematoriums and public conveniences
45216000  -  Construction work for buildings relating to law and order or emergency services and for military buildings
45220000  -  Engineering works and construction works
45230000  -  Construction work for pipelines, communication and power lines, for highways, roads, airfields and railways; flatwork
45250000  -  Construction works for plants, mining and manufacturing and for buildings relating to the oil and gas industry
45260000  -  Roof works and other special trade construction works
71000000  -  Architectural, construction, engineering and inspection services
71200000  -  Architectural and related services
71400000  -  Urban planning and landscape architectural services
71500000  -  Construction-related services
71510000  -  Site-investigation services
71521000  -  Construction-site supervision services
71530000  -  Construction consultancy services
71541000  -  Construction project management services
71600000  -  Technical testing, analysis and consultancy services
71700000  -  Monitoring and control services
79212300  -  Statutory audit services
71300000  -  Engineering services
71310000  -  Consultative engineering and construction services
71311000  -  Civil engineering consultancy services
71312000  -  Structural engineering consultancy services
71313000  -  Environmental engineering consultancy services
71313400  -  Environmental impact assessment for construction
71315000  -  Building services
71318000  -  Advisory and consultative engineering services
71319000  -  Expert witness services
71320000  -  Engineering design services
71322000  -  Engineering design services for the construction of civil engineering works
71323000  -  Engineering-design services for industrial process and production
71325000  -  Foundation-design services
71326000  -  Ancillary building services
71327000  -  Load-bearing structure design services
71328000  -  Verification of load-bearing structure design services
71330000  -  Miscellaneous engineering services
71331000  -  Drilling-mud engineering services
71332000  -  Geotechnical engineering services
71333000  -  Mechanical engineering services
71334000  -  Mechanical and electrical engineering services
71335000  -  Engineering studies
71336000  -  Engineering support services
71337000  -  Corrosion engineering services
71350000  -  Engineering-related scientific and technical services
71351000  -  Geological, geophysical and other scientific prospecting services
71352000  -  Subsurface surveying services
71353000  -  Surface surveying services
71355000  -  Surveying services
71356000  -  Technical services
71410000  -  Urban planning services
71520000  -  Construction supervision services
71540000  -  Construction management services
II.2.3)

Place of performance

Main site or place of performance:  
Dublin City Council Administrative area
II.2.4)

Description of the procurement

Basements can affect the environment and nearby structures in a number of ways. The impacts of such development on the geological, hydrological and hydrogeological environment are of concern to DCC and the occupants / owners of neighbouring properties.
With these potential impacts in mind DCC’s approach to dealing with basement applications has evolved since the adoption of the most recent Development Plan. This has resulted in the development of a policy in relation to Basement Development and also a guidance document in relation to same.
For proposed developments which include a basement, a Basement Impact Assessment (BIA) is now required to be submitted by the applicant as part of the planning application so that the E&T Department is provided with the information necessary to adequately assist the Planning Authority.
The successful tenderer (Auditor) is then required to conduct a review of the BIA submission for compliance and adequacy and shall confirm whether the BIA has been completed and has addressed all DCC policies as specified and outlined in the Basement Development Policy and Basement Development Guidance documents. The Auditor is then required to prepare an Audit Report for submission to the DCC Environment and Transport (E&T) Department.
A multi-party framework agreement to audit Basement Impact Assessment (BIA) submissions is to be established by Dublin City Council (DCC). The framework is to have a duration of 2 years with the option of two 1-year extensions. There is to be a maximum of 5 no. parties placed on the framework. An audit of BIA submissions is to be requested from the parties on the framework based on a cascade type framework agreement i.e.
• Tenderers are to be ranked based on their submission
• Tenderer ranked as no. 1 will have first option on all business for the first two years of the Framework Agreement.
• If Tenderer no. 1 is unable to meet the requirements to complete the audit, the 2nd ranked tenderer is consulted and so forth
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: 48
This contract is subject to renewal: yes
Description of renewals:  
This contract is for twenty-four (24) months with the option to extend for an additional two twelve (12) month periods subject to annual, periodic and other reviews.
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: yes
Description of options:
This contract is for twenty-four (24) months with the option to extend for an additional two twelve (12) month periods subject to annual, periodic and other reviews.
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

Please consult the associated documentation, which contains full instructions reagrding teh submission of tenders and is available to download from www.etenders.gov.ie using RFT ID 164485.

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:  For further information please consult the associated documentation available to download from www.etenders.gov.ie using RFT ID 164485
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

For further information please consult the associated documentation available to download from www.etenders.gov.ie using RFT ID 164485

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:  5
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:  05/03/2020
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:  05/03/2020
Local time:  12:00
Place:  
The date and time set out above for the opening of tenders 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:  yes
Estimated timing for further notices to be published:  
2024
VI.3)

Additional information

Additional Information – Dublin City Council
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 Acts.
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 & Transportation 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. Tenders may be submitted in English or in the Irish language.
8. All queries regarding this tender must be submitted through the etenders messaging facility, RFT ID 164485 - 02/2020 BIA. Queries must be in question format. 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 21st February 2020 to enable issue of responses to all interested parties.
9. 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 consult your solicitor