Contract notice

Information

Published

Date of dispatch of this notice: 29/11/2022

Expire date: 24/01/2023

External Reference: 2022-288740

TED Reference: 2022/S 233-669154

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):
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=227593&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

Single Party Framework Agreement for an Architect Led Multi-disciplinary Design Team for the College Green Dame Street (CGDS) Public Realm Project
Reference number:  RFT: 226861
II.1.2)

Main CPV code

71200000  -  Architectural and related services
II.1.3)

Type of contract

Services
II.1.4)

Short description

Dublin City Council (DCC) & the National Transport Authority (NTA) intend to construct a landmark public space at College Green & Dame Street (CGDS), Dublin 2. The Contracting Authority, DCC, is seeking to establish a Single Party Framework Agreement for an Architect Led Multi-disciplinary Design Team for the CGDS Public Realm Project & associated ancillary projects relating to the CGDS Public Realm Project. The establishment of the framework agreement is subject to the provisions of Directive 2014/24/EU & will be awarded using the Competitive Procedure with Negotiation. For further information, please refer to attached documentation. Please note that this project is subject to funding.
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)

55900000  -  Retail trade services
71210000  -  Advisory architectural services
71220000  -  Architectural design services
71222000  -  Architectural services for outdoor areas
71240000  -  Architectural, engineering and planning services
71250000  -  Architectural, engineering and surveying services
71300000  -  Engineering services
71311000  -  Civil engineering consultancy services
71311100  -  Civil engineering support services
71311220  -  Highways engineering services
71312000  -  Structural engineering consultancy services
71313000  -  Environmental engineering consultancy services
71313420  -  Environmental standards for construction
71313440  -  Environmental Impact Assessment (EIA) services for construction
71315210  -  Building services consultancy services
71317200  -  Health and safety services
71317210  -  Health and safety consultancy services
71320000  -  Engineering design services
71322000  -  Engineering design services for the construction of civil engineering works
71322100  -  Quantity surveying services for civil engineering works
71324000  -  Quantity surveying services
71330000  -  Miscellaneous engineering services
71333000  -  Mechanical engineering services
71334000  -  Mechanical and electrical engineering services
71351914  -  Archaeological services
71400000  -  Urban planning and landscape architectural services
71410000  -  Urban planning services
71420000  -  Landscape architectural services
72212300  -  Document creation, drawing, imaging, scheduling and productivity software development services
72224000  -  Project management consultancy services
79311410  -  Economic impact assessment
79415200  -  Design consultancy services
90700000  -  Environmental services
92522000  -  Preservation services of historical sites and buildings
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 (DCC) & the National Transport Authority (NTA) intend to construct a landmark public space at College Green & Dame Street (CGDS), Dublin 2. The Contracting Authority, DCC, is seeking to establish a Single Party Framework Agreement for an Architect Led Multi-disciplinary Design Team for the CGDS Public Realm Project & associated ancillary projects relating to the CGDS Public Realm Project. The establishment of the framework agreement is subject to the provisions of Directive 2014/24/EU & will be awarded using the Competitive Procedure with Negotiation.
The Architect Led Multi-disciplinary Design Team will comprise of the following principal disciplines:
1. Architectural Services – Design Team Lead
2. Civil and Structural Engineering Services (incl. Road Design)
3. Landscape Architectural Services
4. Quantity Surveying Services
5. Planning Consultancy Services
6. Project Management Services
7. Project Supervisor for the Design Process
Architect Led Multi-disciplinary Design Team will also be required to provide additional specialist skills and ancillary design / consultancy services as detailed in the SAQs and Competition Summary.
The period of the framework agreement will be for 7 years in accordance with the provisions set out in Article 33.1 of Directive 2014/24/EU. The Architectural Services Consultant will be the Design Team Lead & will act as the single point of contractual responsibility. The project must fulfil the governance requirements of the Public Spending Code & the NTA’s Project Approval Guidelines 2020. Framework members will be required to provide integrated design team & associated services for stages (i)-(v) of the Capital Works Management Framework or a subset thereof.
For further information please consult the appropriate documentation, which contains full instructions regarding the submission of Expressions of Interest and is available to download from www.etenders.gov.ie using RFT ID 226861
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: 10000000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 84
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:
Objective criteria for choosing the limited number of candidates: Input Please consult Suitability Assessment Questionnaires available to download from www.etenders.gov.ie using RFT ID 226861. It is envisaged that the top 5 scoring Candidates (subject to the quality and number of Suitability Assessment Questionnaires (SAQs) received) which also meet the minimum criteria and rules for selection will be invited to tender.
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 Expressions of Interest and is available to download from www.etenders.gov.ie using RFT 226861

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 procurement documents available to download from www.etenders.gov.ie RFT ID 226861
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
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 a single operator
In the case of framework agreements, provide justification for any duration exceeding 4 years:  The justification for a framework agreement longer than the standard four years, is to ensure that the project and all related services can be delivered within the life of the framework, which due to the nature, scale and complexity of the work may exceed four years.
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:  20/01/2023
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. 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: 226861, 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 12 noon 11 January 2023 to enable issue of responses to all interested parties.
6. For each criterion marked as Response: Declaration Required, applicants must initially provide the Appendices / Declarations 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 226861 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

Consult legal advisor
Consult legal advisor
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.
VI.4.4)

Service from which information about the review procedure may be obtained

Consult legal advisor
Consult legal advisor
IE