Contract notice

Information

Published

Date of dispatch of this notice: 15/06/2020

Expire date: 31/07/2020

External Reference: 2020-243677

TED Reference: 2020/S 117-282846

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: John Stack
Internet address(es):
Main address: www.dublincity.ie

I.2)

Joint procurement

The contract is awarded by a central purchasing body
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=164437&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 to engage a multi-disciplinary environmental and engineering consultancy for the Santry River Restoration and Greenway Project.
Reference number:  SRRGP
II.1.2)

Main CPV code

45246200  -  Riverbank protection works
II.1.3)

Type of contract

Works
II.1.4)

Short description

Using a Single Party Framework Agreement Dublin City Council aims to develop a plan for the River Santry that improves river hydromorphology, reduces flood risk, enhances biodiversity, habitat and ecology where required, incorporates a recreational greenway, and identifies social and amenity needs within the catchment through stakeholder engagement. To achieve this, the successful candidate will bring the project through all stages necessary to allow Dublin City Council to submit a Planning Application and EIAR to An Bord Pleanála in accordance with Part X of the Planning and Development Act 2000 and Part 10 of the Planning and Development Regulations 2001. The successful candidate shall investigate whether any further statutory approvals are necessary to deliver the project and prepare any necessary documentation to allow Dublin City Council make applications for these approvals. The framework agreement will run for 48 months, with stage 1 running for 24 months.
II.1.5)

Estimated total value

Value excluding VAT: 15000000.00  EUR
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

71410000  -  Urban planning services
71420000  -  Landscape architectural services
II.2.3)

Place of performance

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

Description of the procurement

1. River Hydromorphology:
a. Identify and resolve hydro-morphological pressures impacting the River Santry,
b. Re-naturalise the river channel where feasible in accordance with Water Framework Directive,
c. Identify solutions to address flood risk as projected by Catchment Flood Risk Assessment and Management Study (CFRAMS) models and in accordance with the Floods Directive,
d. Prioritising the use of natural water retention measures,
e. Assess the impacts of climate change to the year 2100 on the river
This may include the removal of existing structures such as culverts and flow controls, development of natural river features (meanders, pools, riffles, glides, etc.) and channel features to the river. It is an objective to remove existing hard banks and concrete channels and replace with more natural features.
2. Re-establish, where it has been lost, connectivity between the river and its riparian zone and natural flood zone. Flood storage should be achieved through natural river processes and structures, as well as natural water retention measures.
This will require an understanding of the hydrology of the river and, consequently, it will be necessary to develop a hydrological model of the river, at appropriate scale, so that flood volumes may be accommodated within the catchment
3. Improve the riparian corridor of the river and make provision, where required, for achieving objectives for biodiversity, ecology and habitat in accordance with the Birds and Habitats Directives, as well as creating a dynamic riverbed suitable for fish and invertebrates.
4. Work with local stakeholders, including developers, as part of the development of the plan. The plan will be a key mechanism for achieving Good Status for the River Santry under the Water Framework Directive.
5. Development of a recreational greenway throughout the catchment. The greenway shall be designed in such a way as to provide sustainable transport options for local communities without significantly impacting on objectives relating to biodiversity, ecology and habitat under the Birds and Habitats Directives. Specifically, the greenway shall not run parallel and adjacent to the river. It may, however, intersect the river at suitable locations.
6. As soon as possible after project commencement, identify and engage with relevant stakeholders and consider their input to the project.
7. A Project Risk Management Plan (PRMP) shall be produced, within the first 2 months of the project, taking into consideration commercial and engineering risks, as well as stakeholder input and will be created from the results and outcome of a risk management workshop(s)
8. The successful candidate will take on or sub-contract the role of PSDP. PSDP must have required experience for the post.
To achieve this, the successful candidate will bring the project through all stages necessary to allow Dublin City Council to submit a Planning Application and EIAR to An Bord Pleanála in accordance with Part X of the Planning and Development Act 2000 and Part 10 of the Planning and Development Regulations 2001. The successful candidate shall also investigate whether any further statutory approvals are necessary to deliver the project and prepare any necessary documentation to allow Dublin City Council make applications for these approvals (if any).
Candidates must propose a multi-disciplinary environmental and engineering team having expertise, at a minimum, in the following areas:
• Environmental Engineering
• Environmental Science
• Civil/Structural Engineering
• Landscape architecture
• Archaeology/Heritage
• Hydrogeology
• Ecology
• Water Chemistry
• Urban design
• Project supervision for the design process
• Stakeholder Consultation and Communications.
• Project management
• GIS
• Any other disciplines necessary to comply with the project scope, timelines and budget.
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: 15000000.00  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.2.9)

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

Envisaged minimum number: 5
Objective criteria for choosing the limited number of candidates:
As per the 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.2.14)

Additional information

While the Single Party Framework Agreement is for 48 months, stage 1, to which this procurement relates, will run for 24 months, and will achieve the objecives set out in 'II.2.4) Description of the Procurement' above. A total of 55 months has been estimated to allow for extension periods of the initial contract. A minimum of 5 candidates are to be invited forward to stage 2.

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:  1. A certificate, declaration under oath, or solemn declaration providing proof that the bidder is enrolled on the professional or trade registers of his/her country of establishment, of where no such register exists, a declaration under oath or solemn declaration that he/she exercises the particular profession or trade.
2. A certificate issued by the competent authority in the Member State concerned, or a declaration on oath by a solemn declaration made before a competent authority, a notary or a competent professional or trade body, to the effect that the bidder has fulfilled its obligations relating to the payment of taxes and social security contributions in accordance with the legal provisions of the country in which the bidder is established.
3. An extract from the judicial record or equivalent issued by the legal or administrative authority of the country of origin, by a declaration on oath or by a solemn declaration made before a competent judicial or administrate authority, a notary or a competent professional or trade body, demonstrating that the bidder (a) is not bankrupt or being wound up, its affairs are not being administered by the court, it has not entered into an arrangement with creditors, it has not suspended business activities or it is not in any analogous situation arising from a similar procedure under national laws and regulations; (b) it is not the subject of proceedings for a declaration of bankruptcy, or for an order for compulsory winding up or administration by the court or for an arrangement with creditors or of any other similar proceedings under national laws and regulations; (c) has not been convicted of an offence concerning his/her professional conduct by a judgement which has the force of res judicata (i.e. a matter which has already been conclusively been decided by a court).
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.2.3)

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 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:  31/07/2020
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)

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
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