Contract award notice

Information

Published

Date of dispatch of this notice: 23/05/2020

External Reference: 2020-284088

TED Reference: 2020/S 102-246449

Contract award notice

Contract award notice

Results of the procurement procedure

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Dublin City Council
N/A
Culture, Recreation & Economic Services
Block 4, Ground Floor, Civic Offices, Wood Quay, Dublin 8
IE
Contact person: Ray Yeates
Internet address(es):
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

Provision of Consultancy Services to Dublin City Council in 6 Lots as follows to support a Feasibility Study under the Urban Regeneration Development Fund for Artists Workspaces in Dublin
Reference number:  158302
II.1.2)

Main CPV code

71241000  -  Feasibility study, advisory service, analysis
II.1.3)

Type of contract

Services
II.1.4)

Short description

Dublin City Council proposes to engage in a competitive process for the award of 6 contracts as specified hereunder. Each service provider appointed will be required to work as part of the Feasibility Team to deliver the objectives set out in Section 2.1. of the tender document. The Lot 5 successful tenderer (Building Development and Project Management Consultant) will take the lead role in co-ordinating the Team.
Lot 1 – Communications Consultants
Lot 2 - European Cultural Project Management & Consultancy
Lot 3 – Financial Analysis Consultants
Lot 4 – Architectural Consultants
Lot 5 – Building Development & Project Management consultants
Lot 6 – Arts Consultants
Please see the tender documents, available on www.etenders.gov.ie (RFT ID 158302), for full details.
II.1.6)

Information about lots

This contract is divided into lots: yes
II.1.7)

Total value of the procurement

Value excluding VAT:  205123.00  EUR
II.2)

Description

II.2.1)

Title

Lot 1 - Communications Consultants
Lot No:  1
II.2.2)

Additional CPV code(s)

66171000  -  Financial consultancy services
71200000  -  Architectural and related services
71210000  -  Advisory architectural services
71220000  -  Architectural design services
71240000  -  Architectural, engineering and planning services
71315200  -  Building consultancy services
71315210  -  Building services consultancy services
71410000  -  Urban planning services
71541000  -  Construction project management services
72224000  -  Project management consultancy services
79112100  -  Stakeholders representation services
79341100  -  Advertising consultancy services
79412000  -  Financial management consultancy services
79415200  -  Design consultancy services
79416000  -  Public relations services
79416100  -  Public relations management services
79416200  -  Public relations consultancy services
79421200  -  Project-design services other than for construction work
79930000  -  Specialty design services
92310000  -  Artistic and literary creation and interpretation services
92312000  -  Artistic services
92312250  -  Services provided by individual artists
II.2.4)

Description of the procurement

The communications consultants will be responsible for a comprehensive communication strategy which will not only engage and consult with local residents, prospective users and other important stakeholders such as Government Agencies, but will also develop a citizen/practitioner led co-design group who will inform and help direct the design of the buildings involved.
See the tender document for full details, including key deliverables.
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  METHODOLOGY AND TIMELINE FOR DELIVERY OF THE SERVICE  /  Weighting:  2500
Quality criterion  -  Name:  QUALIFICATIONS AND EXPERTISE OF THE PROPOSED RESOURCES  /  Weighting:  2000
Quality criterion  -  Name:  CONTRACT MANAGEMENT  /  Weighting:  1500
Quality criterion  -  Name:  Innovation / added value  /  Weighting:  1000
Cost criterion  -  Name:  THE COST CRITERION  /  Weighting:  3000
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

DCC expect the feasibility study to be completed within a period of 7 to 12 months.
II.2)

Description

II.2.1)

Title

Lot 2 - European Cultural Project Management & Consultancy
Lot No:  2
II.2.2)

Additional CPV code(s)

66171000  -  Financial consultancy services
71200000  -  Architectural and related services
71210000  -  Advisory architectural services
71220000  -  Architectural design services
71240000  -  Architectural, engineering and planning services
71315200  -  Building consultancy services
71315210  -  Building services consultancy services
71410000  -  Urban planning services
71541000  -  Construction project management services
72224000  -  Project management consultancy services
79112100  -  Stakeholders representation services
79341100  -  Advertising consultancy services
79412000  -  Financial management consultancy services
79415200  -  Design consultancy services
79416000  -  Public relations services
79416100  -  Public relations management services
79416200  -  Public relations consultancy services
79421200  -  Project-design services other than for construction work
79930000  -  Specialty design services
92310000  -  Artistic and literary creation and interpretation services
92312000  -  Artistic services
92312250  -  Services provided by individual artists
II.2.4)

Description of the procurement

The European cultural consultant will provide advice on European best practice and future innovation in the development, investment models and Governance of Artists Work Spaces to the study. They will combine desk research with site visits to achieve the goals. See the tender document for full details, including key deliverables.
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  METHODOLOGY AND TIMELINE FOR DELIVERY OF THE SERVICE  /  Weighting:  2500
Quality criterion  -  Name:  QUALIFICATIONS AND EXPERTISE OF THE PROPOSED RESOURCES  /  Weighting:  2000
Quality criterion  -  Name:  CONTRACT MANAGEMENT  /  Weighting:  1500
Quality criterion  -  Name:  Innovation / added value  /  Weighting:  1000
Cost criterion  -  Name:  THE COST CRITERION  /  Weighting:  3000
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

DCC expect the feasibility study to be completed within a period of 7 to 12 months.
II.2)

Description

II.2.1)

Title

Lot 3 - Financial Analysis Consultants
Lot No:  3
II.2.2)

Additional CPV code(s)

66171000  -  Financial consultancy services
71200000  -  Architectural and related services
71210000  -  Advisory architectural services
71220000  -  Architectural design services
71240000  -  Architectural, engineering and planning services
71315200  -  Building consultancy services
71315210  -  Building services consultancy services
71410000  -  Urban planning services
71541000  -  Construction project management services
72224000  -  Project management consultancy services
79112100  -  Stakeholders representation services
79341100  -  Advertising consultancy services
79412000  -  Financial management consultancy services
79415200  -  Design consultancy services
79416000  -  Public relations services
79416100  -  Public relations management services
79416200  -  Public relations consultancy services
79421200  -  Project-design services other than for construction work
79930000  -  Specialty design services
92310000  -  Artistic and literary creation and interpretation services
92312000  -  Artistic services
92312250  -  Services provided by individual artists
II.2.4)

Description of the procurement

The financial consultant will deliver a Financial Feasibility Study as part of the overall Feasibility Study required and will bring key financial fundamentals to the study/ process.
See the tender document for full details, including key deliverables.
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  METHODOLOGY AND TIMELINE FOR DELIVERY OF THE SERVICE  /  Weighting:  2500
Quality criterion  -  Name:  QUALIFICATIONS AND EXPERTISE OF THE PROPOSED RESOURCES  /  Weighting:  2000
Quality criterion  -  Name:  CONTRACT MANAGEMENT  /  Weighting:  1500
Quality criterion  -  Name:  Innovation / added value  /  Weighting:  1000
Cost criterion  -  Name:  THE COST CRITERION  /  Weighting:  3000
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

DCC expect the feasibility study to be completed within a period of 7 to 12 months.
II.2)

Description

II.2.1)

Title

Lot 4 - Architectural Consultants
Lot No:  4
II.2.2)

Additional CPV code(s)

66171000  -  Financial consultancy services
71200000  -  Architectural and related services
71210000  -  Advisory architectural services
71220000  -  Architectural design services
71240000  -  Architectural, engineering and planning services
71315200  -  Building consultancy services
71315210  -  Building services consultancy services
71410000  -  Urban planning services
71541000  -  Construction project management services
72224000  -  Project management consultancy services
79112100  -  Stakeholders representation services
79341100  -  Advertising consultancy services
79412000  -  Financial management consultancy services
79415200  -  Design consultancy services
79416000  -  Public relations services
79416100  -  Public relations management services
79416200  -  Public relations consultancy services
79421200  -  Project-design services other than for construction work
79930000  -  Specialty design services
92310000  -  Artistic and literary creation and interpretation services
92312000  -  Artistic services
92312250  -  Services provided by individual artists
II.2.4)

Description of the procurement

The architectural consultant will provide architectural consultancy services including a Technical and Compliance overview, a detailed Building/Construction Timeline with detailed drawing and plans and all the information required for Quantity Surveyor Services. Additionally they will liaise with the planning authority.
See the tender document for full details, including key deliverables.
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  METHODOLOGY AND TIMELINE FOR DELIVERY OF THE SERVICE  /  Weighting:  2500
Quality criterion  -  Name:  QUALIFICATIONS AND EXPERTISE OF THE PROPOSED RESOURCES  /  Weighting:  2000
Quality criterion  -  Name:  CONTRACT MANAGEMENT  /  Weighting:  1500
Quality criterion  -  Name:  Innovation / added value  /  Weighting:  1000
Cost criterion  -  Name:  THE COST CRITERION  /  Weighting:  3000
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

DCC expect the feasibility study to be completed within a period of 7 to 12 months
II.2)

Description

II.2.1)

Title

Lot 5 - Building Development & Project Management consultants
Lot No:  5
II.2.2)

Additional CPV code(s)

66171000  -  Financial consultancy services
71200000  -  Architectural and related services
71210000  -  Advisory architectural services
71220000  -  Architectural design services
71240000  -  Architectural, engineering and planning services
71315200  -  Building consultancy services
71315210  -  Building services consultancy services
71410000  -  Urban planning services
71541000  -  Construction project management services
72224000  -  Project management consultancy services
79112100  -  Stakeholders representation services
79341100  -  Advertising consultancy services
79412000  -  Financial management consultancy services
79415200  -  Design consultancy services
79416000  -  Public relations services
79416100  -  Public relations management services
79416200  -  Public relations consultancy services
79421200  -  Project-design services other than for construction work
79930000  -  Specialty design services
92310000  -  Artistic and literary creation and interpretation services
92312000  -  Artistic services
92312250  -  Services provided by individual artists
II.2.4)

Description of the procurement

Dublin City Council, will appoint a contractor or company to provide building development & project management services, as well as the coordination of the various contractors (established by lots 1-4 & 6 of this tender) who will conduct the research into each area of the Report. The Project Manager appointed will take charge and ensure the delivery of a high-quality Feasibility Study.
See the tender document for full details, including key deliverables.
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  METHODOLOGY AND TIMELINE FOR DELIVERY OF THE SERVICE  /  Weighting:  2500
Quality criterion  -  Name:  QUALIFICATIONS AND EXPERTISE OF THE PROPOSED RESOURCES  /  Weighting:  2000
Quality criterion  -  Name:  CONTRACT MANAGEMENT  /  Weighting:  1500
Quality criterion  -  Name:  Innovation / added value  /  Weighting:  1000
Cost criterion  -  Name:  THE COST CRITERION  /  Weighting:  3000
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

DCC expect the feasibility study to be completed within a period of 7 to 12 months
II.2)

Description

II.2.1)

Title

Lot 6 - Arts Consultants
Lot No:  6
II.2.2)

Additional CPV code(s)

66171000  -  Financial consultancy services
71200000  -  Architectural and related services
71210000  -  Advisory architectural services
71220000  -  Architectural design services
71240000  -  Architectural, engineering and planning services
71315200  -  Building consultancy services
71315210  -  Building services consultancy services
71410000  -  Urban planning services
71541000  -  Construction project management services
72224000  -  Project management consultancy services
79112100  -  Stakeholders representation services
79341100  -  Advertising consultancy services
79412000  -  Financial management consultancy services
79415200  -  Design consultancy services
79416000  -  Public relations services
79416100  -  Public relations management services
79416200  -  Public relations consultancy services
79421200  -  Project-design services other than for construction work
79930000  -  Specialty design services
92310000  -  Artistic and literary creation and interpretation services
92312000  -  Artistic services
92312250  -  Services provided by individual artists
II.2.4)

Description of the procurement

The Arts consultant will bring comprehensive knowledge and analysis in relation to the provision of artists workspaces and preferred models of governance to the study. They will provide briefings and informed commentary as part of a multidisciplinary team.
See the tender document for full details, including key deliverables
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  METHODOLOGY AND TIMELINE FOR DELIVERY OF THE SERVICE  /  Weighting:  2500
Quality criterion  -  Name:  QUALIFICATIONS AND EXPERTISE OF THE PROPOSED RESOURCES  /  Weighting:  2000
Quality criterion  -  Name:  CONTRACT MANAGEMENT  /  Weighting:  1500
Quality criterion  -  Name:  Innovation / added value  /  Weighting:  1000
Cost criterion  -  Name:  THE COST CRITERION  /  Weighting:  3000
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

DCC expect the feasibility study to be completed within a period of 7 to 12 months.

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Open procedure
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.2.1)

Previous publication concerning this procedure

Notice number in the OJ S: 2019/S 196-476162

Section V: Award of contract

Contract No: 1

Title: Lot 1 - Communications Consultants

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

12/03/2020
V.2.2)

Information about tenders

Number of tenders received:  19
Number of tenders received by electronic means:  19
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

Turley
GB 510 1780 90
1 New York Street
Manchester
M1 4HD
UK
Telephone: +44 01612337676

The contractor is an SME : yes
V.2.4)

Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot:  58087.00  EUR

Section V: Award of contract

Contract No: 2

Title: Lot 2 - European Cultural Project Management & Consultancy

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

12/03/2020
V.2.2)

Information about tenders

Number of tenders received:  19
Number of tenders received by electronic means:  19
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

Maus management
BE0890962420
Rue bellaird 205 b17
Brussels
1040
BE

The contractor is an SME : yes
V.2.4)

Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot:  24766.00  EUR

Section V: Award of contract

Contract No: 3

Title: Lot 3 - Financial Analysis Consultants

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

12/03/2020
V.2.2)

Information about tenders

Number of tenders received:  19
Number of tenders received by electronic means:  19
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

PKF-FPM Accountants Limited
GB187449949
Dromalane Mill, The Quays, Newry, Co. Down
Newry
BT35 8QS
UK
Telephone: +44 2830261010
Internet address: http://www.pkffpm.com

The contractor is an SME : yes
V.2.4)

Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot:  24750.00  EUR

Section V: Award of contract

Contract No: 4

Title: Lot 4 - Architectural Consultants

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

12/03/2020
V.2.2)

Information about tenders

Number of tenders received:  19
Number of tenders received by electronic means:  19
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

O'Brien Finucane Architects Limited
IE2973990RH
1 Johnson Place
Dublin 2
Dublin 2
IE
Telephone: +353 16854586
Internet address: http://www.obfa.ie

The contractor is an SME : yes
V.2.4)

Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot:  29835.00  EUR

Section V: Award of contract

Contract No: 5

Title: Lot 5 - Building Development & Project Management consultants

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

12/03/2020
V.2.2)

Information about tenders

Number of tenders received:  19
Number of tenders received by electronic means:  19
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

Hardy Partnership
IE 6369364D
260 Merrion Road,
Dublin
Ballsbridge, Dublin
IE
Telephone: +353 12613300
Fax: +353 12613301
Internet address: http://www.hardy.ie

The contractor is an SME : yes
V.2.4)

Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot:  48000.00  EUR

Section V: Award of contract

Contract No: 6

Title: Lot 6 - Arts Consultants

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

12/03/2020
V.2.2)

Information about tenders

Number of tenders received:  19
Number of tenders received by electronic means:  19
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

MCO Projects
6577219E
121-122 Capel Street
Dublin
Dublin 1
IE
Telephone: +353 018870630

The contractor is an SME : yes
V.2.4)

Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot:  19685.00  EUR

Section VI: Complementary information

VI.3)

Additional information

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.
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.
Emailed/faxed/late tenders will not be accepted.
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)
Appeals procedure: The body to whom appeals should be addressed is – The High Court, Four Courts, Inns Quay, Dublin 7.
All queries regarding this tender requirement or process must be submitted through the Irish Government Procurement Opportunities Portal www.etenders.gov.ie (RFT ID:158302) as a specific question. Responses will be circulated to those candidates/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 29th October @ 12 noon 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.
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