Contract award notice

Information

Published

Date of dispatch of this notice: 25/01/2023

External Reference: 2023-267761

TED Reference: 2023/S 021-058501

Contract award notice

Contract award notice

Results of the procurement procedure

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: Marcella Murphy
NUTS code:  IE -  IRELAND
Internet address(es):
Main address: https://dublincity.ie

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 Quantity Surveying and Project Management led Design Team for the Parnell Square project
Reference number:  212158
II.1.2)

Main CPV code

71324000  -  Quantity surveying services
II.1.3)

Type of contract

Services
II.1.4)

Short description

Single Party Framework Agreement for Quantity Surveying and Project Management led Design Team including Architectural Services, Civil & Structural Engineering Services, Building Engineering Services, Acoustic Engineering Services, Fire Safety Engineering Services and Project Supervisor for the Design Process Service to include public realm and other related services.
For further information , please refer to documentation available to download from www.etenders.gov.ie using RFT ID 212158. Please note that this project is subject to funding.
II.1.6)

Information about lots

This contract is divided into lots: no
II.1.7)

Total value of the procurement

Value excluding VAT:  6596592.00  EUR
II.2)

Description

II.2.2)

Additional CPV code(s)

71200000  -  Architectural and related services
71300000  -  Engineering services
71311000  -  Civil engineering consultancy services
71312000  -  Structural engineering consultancy services
71313200  -  Sound insulation and room acoustics consultancy services
71315210  -  Building services consultancy services
71317100  -  Fire and explosion protection and control consultancy services
71321000  -  Engineering design services for mechanical and electrical installations for buildings
71541000  -  Construction project management services
71324000  -  Quantity surveying services
71317210  -  Health and safety consultancy services
II.2.3)

Place of performance

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

Description of the procurement

Single Party Framework Agreement for Quantity Surveying and Project Management led Design Team including Architectural Services, Civil & Structural Engineering Services, Building Engineering Services, Acoustic Engineering Services, Fire Safety Engineering Services and Project Supervisor for the Design Process Service to include public realm and other related services.
For further information , please refer to the documentation available to download from www.etenders.gov.ie using RFT ID 212158 .. Please not that this project is subject to funding.
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Quality  /  Weighting:  20
Cost criterion  -  Name:  Price  /  Weighting:  80
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 212158

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
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.2.1)

Previous publication concerning this procedure

Notice number in the OJ S: 2022/S 086-233406

Section V: Award of contract

Contract No: 1

Title: Single Party Framework Agreement for the Parnell Square project

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

23/01/2023
V.2.2)

Information about tenders

Number of tenders received:  2
Number of tenders received by electronic means:  2
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

AECOM Ireland Limited
6335981
24 Lower Hatch Street
Dublin 2
Dublin
IE
Telephone: +353 16763671
Fax: +353 16763672
NUTS code:  IE061 -  Dublin
Internet address: http://www.aecom.com

The contractor is an SME : no
V.2.4)

Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot:  6596592.00  EUR

Section VI: Complementary information

VI.3)

Additional information

Please note due to the current COVID-19 pandemic, facilitation of all meetings, site visits, clarification meetings, & assessments of samples, etc. (as applicable) is severely impacted. Where possible DCC 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 system.
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: 212158, 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 17.00 20/ 05/ 2022 to enable issue of responses to all interested parties.
6. 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.
7. Refer to document 'Additional Information’ available to download from www.etenders.gov.ie using RFT ID 212158 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 the time of notification .
VI.4.4)

Service from which information about the review procedure may be obtained

Consult legal advisor
Consult legal advisor
IE