Contract notice

Information

Published

Date of dispatch of this notice: 30/11/2021

Expire date: 14/01/2022

External Reference: 2021-251725

TED Reference: 2021/S 235-618122

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: Colm O'Ceilleachair
Telephone: +353 12222602
NUTS code:  IE061 -  Dublin
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=191952&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 Integrated Design Team Services for Road and Public Realm Schemes (2022-2026)
II.1.2)

Main CPV code

71311000  -  Civil engineering consultancy services
II.1.3)

Type of contract

Services
II.1.4)

Short description

Dublin City Council is seeking to establish a Multi-Party Framework Agreement for Integrated Design Teams for the Design and Contract Administration of Road and Public Realm Schemes (2022-2026). The framework agreement will be established with the following services:
(a) Consultant Engineering Services (Design Team Lead);
(b) Urban Planning & Landscape Architectural Services; and,
(c) PSDP.
II.1.5)

Estimated total value

Value excluding VAT: 10000000.00  EUR
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

71312000  -  Structural engineering consultancy services
71313400  -  Environmental impact assessment for construction
71317200  -  Health and safety services
71322000  -  Engineering design services for the construction of civil engineering works
71400000  -  Urban planning and landscape architectural services
II.2.3)

Place of performance

NUTS code:  IE061 -  Dublin
Main site or place of performance:  
Dublin
II.2.4)

Description of the procurement

Dublin City Council is seeking to establish a Multi-Party Framework Agreement for Integrated Design Teams for the Design and Contract Administration of Road and Public Realm Schemes (2022-2026). The framework agreement will be established with the following services:
(a) Consultant Engineering Services (Design Team Lead);
(b) Urban Planning & Landscape Architectural Services; and,
(c) PSDP.
Schemes will generally fall into the following two categories:
• Public Realm Improvement Schemes involving Multidisciplinary Urban Design; and,
• Road Improvement Scheme involving the provision of cycling infrastructure.
These schemes will have a strong emphasis on urban design and the provision of cycling infrastructure and may also include the design of structures such as bridges, culverts and retaining walls.
Dublin City Council is establishing this Multi-Party Framework Agreement to enable the engagement of Integrated Design Teams for the Design and Contract Administration of Road and Public Realm Schemes in line with the Standard Conditions of Engagement for Consultancy Services (Technical) Stages (i) to (v).
The Multi-Party Framework will be available to the following contracting authorities: Dublin City Council, Fingal County Council, South Dublin County Council and Dún Laoghaire-Rathdown County Council.
A maximum of twelve (12) Applicants will be shortlisted at Stage 1 Expressions of Interest and the Framework will be established with a maximum of ten (10) service providers, subject to the receipt of a sufficient number of valid tenders at Stage 2 Qualitative Selection. Only those Applicants capable of delivering all of the services listed above (whether in-house or as a grouping/consortium) will be considered. Therefore, applications relating to one or several of these services only are not acceptable and will be rejected.
The Design Team Lead (Consultant Engineer) will be the single point of contractual responsibility, with the remaining disciplines providing collateral warranties for the benefit of the Contracting Authority.
The Contracting Authorities expect to call for mini-tenders with an estimated total Framework value of €10,000,000 (ex. VAT) over a 4 year period.
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: 10000000.00  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 number of candidates: 12
Objective criteria for choosing the limited number of candidates:
Applicants will be assessed on a pass/fail plus qualitative basis as outlined in section 3 of the Suitability Assessment Questionnaires.
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

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 see tender documents available at:
www.etenders.gov.ie
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

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 several operators
Envisaged maximum number of participants to the framework agreement:  10
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:  30/12/2021
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.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) 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 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.
5. The framework agreement is primarily for use by the Housing Department, but may also be extended for use by other divisions of Dublin City Council as requirements arise.
6. Emailed/faxed/late tenders will not be accepted.
7 Tenders may be submitted in English or in the Irish language.
8. Please note that OJEU contracts are covered by the Government Procurement Agreement (GPA).. Appeals procedure: The body to whom appeals should be addressed is – The High Court, Four Courts, Inns Quay, Dublin 7.
10. All queries regarding this expression of interest/tender must be directed to the messaging facility on www.etenders.gov.ie. RFT ID: 193239 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 12.00 hours on 16th December 2021 to enable issue of responses to all interested parties.
11. 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.
12. 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.
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