Contract notice

Information

Published

Date of dispatch of this notice: 07/02/2022

Expire date: 08/03/2022

External Reference: 2022-222946

TED Reference: 2022/S 030-076165

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: Sean Walsh
Telephone: +353 12222222
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=207003&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

Multiparty Framework Agreement for Provision of Homeless Accommodation Inspection Services
II.1.2)

Main CPV code

71315400  -  Building-inspection services
II.1.3)

Type of contract

Services
II.1.4)

Short description

The Contracting Authority proposes to engage in a process for the establishment of a multi-party framework agreement for the provision of Homeless Accommodation Inspection Service at centres within the Dublin Regional Homeless Executive.
Emergency accommodation is an accommodation measure to meet the needs of people who are experiencing homelessness. It is part of a strategy to protect people from rough sleeping. The overall focus of homeless services is homeless prevention and housing led solutions to homelessness. However, there are increasing numbers of people presenting as homeless and so an interim measure is required.
All accommodation providers are obliged to adhere to the below:
• Fire standards
• Building Regulations
• EHO - With reference to Housing (Standards for Rented Houses) Regulations 2017
• DRHE policy on access to accommodation
• GDPR
II.1.5)

Estimated total value

Value excluding VAT: 800000.00  EUR
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

71000000  -  Architectural, construction, engineering and inspection services
71315000  -  Building services
71315300  -  Building surveying services
71317100  -  Fire and explosion protection and control consultancy services
71317210  -  Health and safety consultancy services
71318000  -  Advisory and consultative engineering services
71631000  -  Technical inspection services
90711100  -  Risk or hazard assessment other than for construction
98341000  -  Accommodation 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 process for the establishment of a multi-party framework agreement for the provision of Homeless Accommodation Inspection Service at centres within the Dublin Regional Homeless Executive.
Emergency accommodation is an accommodation measure to meet the needs of people who are experiencing homelessness. It is part of a strategy to protect people from rough sleeping. The overall focus of homeless services is homeless prevention and housing led solutions to homelessness. However, there are increasing numbers of people presenting as homeless and so an interim measure is required.
All accommodation providers are obliged to adhere to the below:
• Fire standards
• Building Regulations
• EHO - With reference to Housing (Standards for Rented Houses) Regulations 2017
• DRHE policy on access to accommodation
• GDPR
This is the first stage of this competitive procedure whereby any interested party may submit an application in order to be considered for inclusion on the tender list. Following evaluation, the 5 top scoring applicants will be invited to tender, should that number qualify. Where there is a tie for 5th place, all Applicants from 1st to 5th place may be invited to participate in the tender. For the purposes of this exercise, a tie for 5th place is deemed to occur where two or more Applicants have identical scores.
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: 800000.00  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: 5
Objective criteria for choosing the limited number of candidates:
Based on the responses to the qualification questionnaire and the application of the criteria and rules contained therein a tender list of five firms will be identified (subject to that number qualifying).
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.1.2)

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

Competitive procedure with negotiation
Accelerated procedure
Justification:  
Previous procurement was cancelled and the contracting authority has an urgent requirement to put a contract/ Framework Agreement in place as soon as possible.
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
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:  22/02/2022
Local time:  12:00
IV.2.3)

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

Date: 04/04/2022
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:  yes
Estimated timing for further notices to be published:  
2026
VI.2)

Information about electronic workflows

Electronic invoicing will be accepted
Electronic payment will be used
VI.3)

Additional information

Please note that this project is subject to funding.
Please note that due to the current COVID-19 pandemic, facilitation of all meetings, site visits, and clarification meetings, as well as assessments of sample products, etc. (as applicable) is severely impacted.
Where possible the Contracting Authority 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 platform.
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 evidence of valid Tax Clearance status from the Irish Revenue Commissioners in compliance with Circular (43) 2006 (or as amended) and that the clearance status will be maintained for the duration of the contract. 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 website (www.etenders.gov.ie) in order to be included on the mailing list for clarifications.
4. 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.
5. 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.
6. Refer to document 'Additional Information' which is available to download from www.etenders.gov.ie using RFT ID 20742 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.4.3)

Review procedure

Precise information on deadline(s) for review procedures: 
Please consult your solicitor