Contract notice

Information

Published

Date of dispatch of this notice: 18/06/2021

Expire date: 19/07/2021

External Reference: 2021-205440

TED Reference: 2021/S 119-314736

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
NUTS code:  IE061 -  Dublin
Internet address(es):
Main address: www.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=190663&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 Provision of Project Management, Site Management and Consultancy Services for the Dublin City Council Public Lighting Upgrade Project 2021 - 2029
Reference number:  etenders RFT ID 191999
II.1.2)

Main CPV code

71541000  -  Construction project management services
II.1.3)

Type of contract

Services
II.1.4)

Short description

The Contracting Authority(CA) proposes to engage in a competitive process for the establishment of a multi party framework agreement for the provision of Project Management, Site Management and Consultancy Services (NEC4 Project Manager, NEC4 Service Manager, NEC4 Supply Manager & NEC4 Supervisor Roles) for the Dublin City Council Public Lighting Upgrade Project. The framework agreement will be established on foot of a competition for an initial NEC4 PSC (as amended by the Contracting Authority) contract for 24 months.
The CA is employing the Competitive Procedure with Negotiation to establish this framework. In the first instance, interested parties are required to complete and submit Appendix A the Qualification Questionnaire. Applicants will be assessed on the basis of the rules, criteria and weightings set out in the questionnaire, which are aimed at establishing the technical and professional abilities of applicants as well as their financial standing.
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)

71520000  -  Construction supervision services
71521000  -  Construction-site supervision services
71530000  -  Construction consultancy services
72224000  -  Project management consultancy services
72224100  -  System implementation planning services
72224200  -  System quality assurance planning services
72225000  -  System quality assurance assessment and review services
II.2.3)

Place of performance

NUTS code:  IE061 -  Dublin
II.2.4)

Description of the procurement

The Contracting Authority proposes to engage in a competitive process for the establishment of a multi party framework agreement for the provision of Project Management, Site Management and Consultancy Services for the Dublin City Council Public Lighting Upgrade Project. The framework agreement will be for a four (4) year initial period with an option to extend for four (4) further periods of one (1) year, subject to a maximum framework duration of eight (8) years at the absolute discretion of the Contracting Authority. The framework agreement will be established on foot of a competition for an initial NEC4 PSC (as amended by the Contracting Authority) contract for 24 months.
The successful Tenderer will be required to provide Project Management, Site Management and Consultancy Services (NEC Project Manager & NEC Supervisor Roles) and will be contracted to provide these Consultancy Services for all the various call-off contracts on the project, as and when they arise, during the period of the Framework Agreement.
The successful Tenderers will need to familiarise themselves with all the respective Specifications and Documents that the Contractor has to comply with, in particular the Works Specification.
The Contracting Authority is employing the Competitive Procedure with Negotiation in order to establish this framework. In the first instance, interested parties are required to complete and submit Appendix A the Qualification Questionnaire. Applicants will be assessed on the basis of the rules, criteria and weightings set out in the questionnaire, which are aimed at establishing the technical and professional abilities of applicants as well as their financial standing.
It is envisaged that the top seven (7) scoring economic operators who meet the minimum criteria and rules for selection will be invited to tender.
Please refer to the Expression of Interest document for further details.
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: 96
This contract is subject to renewal: no
II.2.9)

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

Envisaged number of candidates: 7
Objective criteria for choosing the limited number of candidates:
Based on responses to the Expressions of Interest the top 7 scoring applicants will be invited to the next stage subject to that number qualifying.
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: yes
Description of options:
The framework agreement will be for a four (4) year initial period with an option to extend for four (4) further periods of one (1) year, subject to a maximum framework duration of eight (8) years, and subject to annual review, satisfactory performance, business needs and budgetary constraints, all at the absolute discretion of the Contracting Authority.
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.1.1)

Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:  Please refer to the Expressions of Interest document available to download from etenders.gov.ie using RFT ID 191999
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

Will be provided at tender stage

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Competitive procedure with negotiation
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:  2
In the case of framework agreements, provide justification for any duration exceeding 4 years:  The 8-year maximum duration of the framework reflects the estimated duration to complete the Public Lighting Upgrade Project.
IV.1.4)

Information about reduction of the number of solutions or tenders during negotiation or dialogue

Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated
IV.1.5)

Information about negotiation

The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations
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:  19/07/2021
Local time:  12:00
IV.2.3)

Estimated date of dispatch of invitations to tender or to participate to selected candidates

Date: 06/09/2021
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English, Irish

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.2)

Information about electronic workflows

Electronic payment will be used
VI.3)

Additional information

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 Act.
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) are and remain tax compliant.
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 and to respond electronically to the competition. There is a maximum upload limit of 2GB per document on etenders. Documents larger than this should be divided into smaller files prior to upload or zipped. 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)
4. All queries regarding this tender requirement or process must be submitted through the Irish Government Procurement Opportunities Portal www.etenders.gov.ie (RFT ID:191999) as a specific question.
Responses will be circulated to those 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.
5. 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.
6. 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.
7. The establishment of the framework and award of contract will be subject to the approval of relevant competent authorities;
8. At is absolute discretion, the Contracting Authority may elect to terminate this procurement process, the framework agreement or any contract awarded under the framework agreement at any time.
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 contact your solicitor as applicable
Dublin
IE

VI.4.4)

Service from which information about the review procedure may be obtained

Please contact your solicitor as applicable
Dublin
IE