Contract notice

Information

Published

Date of dispatch of this notice: 13/07/2020

Expire date: 18/09/2020

External Reference: 2020-230573

TED Reference: 2020/S 136-335043

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: Eric Lavelle
Telephone: +353 2222222
Internet address(es):
Main address: https://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=169122&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 Design Team Services for Opening Bridges in the Dublin Docklands Area. - Initial contract: for Point Pedestrian & Cycling Bridge and Tom Clarke Bridge Widening
Reference number:  171686
II.1.2)

Main CPV code

71322300  -  Bridge-design services
II.1.3)

Type of contract

Services
II.1.4)

Short description

The Contracting Authority is seeking to establish a multi-operator framework agreement for the provision of integrated design team services for opening bridges for the Dublin Docklands Area.
The Integrated Design Team will be responsible for providing all construction related technical advice and design services to the Contracting Authority in respect of any contract awarded under the framework agreement.
INITIAL CONTRACT:
The framework agreement will be established on foot of an initial contract for the new Point Pedestrian & Cycling Bridge and Tom Clarke Bridge Widening Works.
An integrated design team is required for multidisciplinary design services and construction related technical services for a new opening bridge immediately west of the Tom Clarke Bridge in the Dublin Docklands Area.
II.1.5)

Estimated total value

Value excluding VAT: 2000000.00  EUR
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

70332100  -  Land management services
71200000  -  Architectural and related services
71220000  -  Architectural design services
71250000  -  Architectural, engineering and surveying services
71300000  -  Engineering services
71311000  -  Civil engineering consultancy services
71311220  -  Highways engineering services
71312000  -  Structural engineering consultancy services
71313440  -  Environmental Impact Assessment (EIA) services for construction
71317200  -  Health and safety services
71320000  -  Engineering design services
71321000  -  Engineering design services for mechanical and electrical installations for buildings
71322000  -  Engineering design services for the construction of civil engineering works
71324000  -  Quantity surveying services
71330000  -  Miscellaneous engineering services
71333000  -  Mechanical engineering services
71334000  -  Mechanical and electrical engineering services
71410000  -  Urban planning services
71631400  -  Technical inspection services of engineering structures
79311410  -  Economic impact assessment
79415200  -  Design consultancy services
II.2.4)

Description of the procurement

The Contracting Authority is seeking to establish a multi-operator framework agreement for the provision of integrated design team services for opening bridges for the Dublin Docklands Area.
The framework agreement will be established with five (5) economic operators, subject to sufficient numbers meeting the minimum rules and criteria, comprising the following disciplines;
(a) Civil & Structural Engineering Services and associated specialist skills (Lead);
(b) Architectural Services and associated specialist skills;
(c) Mechanical, Electrical, Instrumentation, Control and Automation (MEICA) - Movable Bridge Engineering Services;
(d) Quantity Surveying Services and associated skills;
(e) Planning Consultancy Services and associated skills, and
(f) Project Supervisor for the Design Process.
The Integrated Design Team will be responsible for providing all construction related technical advice and design services to the Contracting Authority in respect of any contract awarded under the framework agreement.
The maximum estimated value of services over the lifetime of the framework is in the region of €2 million. The framework will be established for a period of four (4) years. For the avoidance of doubt, the period for delivery of any contracts awarded under the framework may extend beyond that date of expiry of the framework agreement.
INITIAL CONTRACT:
The framework agreement will be established on foot of an initial contract for the new Point Pedestrian & Cycling Bridge and Tom Clarke Bridge Widening Works.
An integrated design team is required for multidisciplinary design services and construction related technical services for a new opening bridge immediately west of the Tom Clarke Bridge in the Dublin Docklands Area.
For further information please refer to attached documentation. Please note that this project is subject to funding
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: 2000000.00  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
II.2.14)

Additional information

Please consult the appropriate documentation, which contains full instructions regarding the submission of Tenders and is available to download from www.etenders.gov.ie using RFT ID 171686

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:  Please consult Suitability Assessment Questionnaires available to download from www.etenders.gov.ie using RFT ID 171686.
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

Please consult the appropriate documentation, which contains full instructions regarding the submission of Tenders and is available to download from www.etenders.gov.ie using RFT ID 171686.
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

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:  26/08/2020
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:  26/08/2020
Local time:  12:00
Information about authorised persons and opening procedure:  
The date and time for opening tenders set out above may 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.2)

Information about electronic workflows

Electronic payment will be used
VI.3)

Additional information

Please note due to the current COVID-19 pandemic, facilitation of all meetings, site visits, clarification meetings, & assessments of samples, etc. (as applicable) is severely impacted. Where possible DCC will put in place alternative arrangements such as on-line meetings, etc. Likewise, anticipated dates (closing date for receipt of clarifications or tender submissions) may change. Suppliers will be kept fully up to date at all stages through the eTenders messaging system.
1. Suppliers must register their interest on the Irish Government procurement opportunities portal www.etenders.gov.ie in order to be included on the mailing list for clarifications.
2. Please note that all information relating to attachments, including clarifications & changes, will be published on www.etenders.gov.ie only. Registration is free of charge. DCC will not accept responsibility for information relayed (or not relayed) via third parties.
3. Emailed/faxed/late tenders will not be accepted.
4. Suppliers should note the following when making their submission:
• To enable submission of multiple documents concurrently, download & 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 file. Documents larger than this should be divided into smaller files prior to upload.
• In order to submit a document to the electronic postbox, please note that you must click “Submit Response”. After submitting a response, the response may be modified and re-submitted as many times as may be necessary until the RFT deadline has expired. Suppliers should be aware that the “Submit Response” button will be disabled automatically upon expiration of the response deadline.
• Suppliers must ensure that they give themselves sufficient time to upload & submit all required documentation before the submission deadline. Suppliers should take into account the fact that upload speeds vary.
• If you experience difficulty when uploading documents please contact eTenders Support Desk for technical assistance. Email etenders@eu-supply.com or Telephone: 353 (0) 21 243 92 77 (09:00am – 17:30pm GMT)
5. All queries must be submitted through the messaging facility on www.etenders.gov.ie. RFT ID: 171686, and must be in question format. Responses will be circulated to those that have registered an interest in this notice on 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 4pm 12th August 2020 to enable issue of responses to all interested parties.
6. 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.
7. Refer to document 'Additional Information’ available to download from www.etenders.gov.ie using RFT ID 171686 for further information.
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 consult your solicitor
Please consult your solicitor
IE

VI.4.4)

Service from which information about the review procedure may be obtained

Please consult your solicitor
Please consult your solicitor
IE