Contract notice

Information

Published

Date of dispatch of this notice: 11/02/2022

Expire date: 15/03/2022

External Reference: 2022-209098

TED Reference: 2022/S 033-084852

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Health and Safety Authority
N/A
The Metropolitan Building, James Joyce Street
Dublin 1
IE
Contact person: Greenville Procurement Partners
Telephone: +353 14020114
NUTS code:  IE061 -  Dublin
Internet address(es):
Main address: http://hsa.ie

I.2)

Joint procurement

The contract is awarded by a central purchasing body
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=207326&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

Body governed by public law
I.5)

Main activity

Public order and safety

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Multi-party framework agreement for Technical Land Use Planning Advisory and Related Services
Reference number:  207731
II.1.2)

Main CPV code

71317000  -  Hazard protection and control consultancy services
II.1.3)

Type of contract

Services
II.1.4)

Short description

The Contracting Authority proposes to engage in a competitive process for the establishment of a multi-party framework agreement for the provision of a Technical Land Use Planning Advisory and Related Services. The service requirement will be to generate, for the Authority, Technical Land-use Planning Reports with associated risk contours for developments at and in the vicinity of COMAH establishments. The report for each establishment to include the contours in a GIS file along with all relevant data tables.
II.1.5)

Estimated total value

Value excluding VAT: 750000.00  EUR
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

71313410  -  Risk or hazard assessment for construction
71356000  -  Technical services
71630000  -  Technical inspection and testing services
90711100  -  Risk or hazard assessment other than for construction
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
Main site or place of performance:  
Refer to Section 4.7.2 of the PQQ
II.2.4)

Description of the procurement

The Authority is seeking external technical expertise to provide the Authority with technical generic land-use planning advice for each establishment subject to the regulations.
The scope of work relating to a contract under the framework will include:
a. Generate planning risk contours for each establishment
b. A report (‘TLUP Report’) for the provision of technical land-use planning advice to a planning authority, explaining and putting in context the planning risk contours for each establishment and the specific TLUP advice that is being provided.
c. Attend and provide relevant supporting evidence on behalf of the Authority at oral planning hearings etc. on risk contours and associated reports for the relevant establishment prepared
d. Contracts with Options - each contract related to an establishment as outlined above, will include options for any follow-on related services specific to the site in question. This ensures continuity of service and availability of appropriate expertise. Any optional contracts for a specific establishment will be purely at the discretion of the Contracting Authority and subject to satisfactory performance and quality of service.
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: 750000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 60
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
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:  As stated in procurement documents available to download from www.etenders.gov.ie using RFT ID 207731
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:  5
In the case of framework agreements, provide justification for any duration exceeding 4 years:  The reason for the duration beyond the standard 4 year period is to enable the Contracting Authority complete the anticipated volume of assessments for all known sites.
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:  15/03/2022
Local time:  12:00
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English
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) Interested parties must register their interest on the eTenders web site (www.etenders.gov.ie) in order to be included on the mailing list for clarifications. 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. The contracting authority will not accept responsibility for information relayed (or not relayed) via third parties;
2) 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.
3) 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:207731) 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) This is the sole call for competition for this contract/framework.
6) The contracting authority will not be responsible for any costs, charges or expenses incurred by candidates or tenderers.
7) Contract award will be subject to the approval of the competent authorities.
8) It will be a condition of award that the successful tenderer is and remains tax compliant.
9) At its 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.
10) 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.
11) Without prejudice to the principle of equal treatment, the contracting authority is not obliged to engage in a clarification process in respect of the procurement documents with missing or incomplete information. Therefore, respondents are advised to ensure that they return completed documentation in order to avoid the risk of elimination from the competition.
12) At Section II.2.9 we have indicated that 5 will be invited to tender, please note that the contracting authority reserves the right to invite at least 5 subject to that number qualifying.
VI.4)

Procedures for review

VI.4.1)

Review body

High Court
Inns Quay
Dublin
7
IE
Telephone: +353 18886000
Internet address: www.courts.ie

VI.4.3)

Review procedure

Precise information on deadline(s) for review procedures: 
The framework is covered by the application of the Remedies Directive and the relevant standstill period applied at time of notification.