Contract award notice

Information

Published

Date of dispatch of this notice: 22/03/2023

External Reference: 2023-266187

TED Reference: 2023/S 061-181800

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: Mary McQuillan
NUTS code:  IE061 -  Dublin
Internet address(es):
Main address: www.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

Multiparty framework for M&E Consultancy Services
Reference number:  200198
II.1.2)

Main CPV code

71334000  -  Mechanical and electrical engineering services
II.1.3)

Type of contract

Services
II.1.4)

Short description

Multiparty framework for mechanical and electrical consultancy services for various projects on multiple sites.
Members will also be required to provide the following specialist skills:
-Expertise in the design of exterior and public lighting
-Sustainability, Environmental and Energy Consultancy Services
-DEAP/NEAP analysis
-BER certification
-HPI certification
-Ancillary Certification for BC(A)R in accordance with the Code of Practice for inspecting and certifying buildings 2013-2016
-Designer under the SHWW Act 2005 and Construction Regulations 2006-2013.
The framework will be established on the foot of an initial contract for a project which involves the design and delivery of a new build housing scheme.
II.1.6)

Information about lots

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

Total value of the procurement

Value excluding VAT:  6000000.00  EUR
II.2)

Description

II.2.2)

Additional CPV code(s)

71000000  -  Architectural, construction, engineering and inspection services
71300000  -  Engineering services
71310000  -  Consultative engineering and construction services
71313000  -  Environmental engineering consultancy services
71314000  -  Energy and related services
71314100  -  Electrical services
71314200  -  Energy-management services
71314300  -  Energy-efficiency consultancy services
71314310  -  Heating engineering services for buildings
71315000  -  Building services
71320000  -  Engineering design services
71321000  -  Engineering design services for mechanical and electrical installations for buildings
71321200  -  Heating-system design services
71321300  -  Plumbing consultancy services
71321400  -  Ventilation consultancy services
71330000  -  Miscellaneous engineering services
71333000  -  Mechanical engineering services
71500000  -  Construction-related services
II.2.3)

Place of performance

NUTS code:  IE061 -  Dublin
II.2.4)

Description of the procurement

The Contracting Authority is seeking to establish a multiparty framework agreement for mechanical and electrical consultancy services for projects, located within the Council’s administrative area across multiple sites. Projects will be varied in size and nature and may include demolition projects, as well as new build and refurbishment projects of housing, civic, community, commercial, libraries, sports and recreation, public realm. Framework members will be required to provide full Mechanical and Electrical Engineering Consultancy Services for stages (i)-(v) of the Capital Works Management Framework or a subset thereof or comparable construction contract suites.
As part of the service delivery, framework members will also be required to provide the following specialist skills:
-Expertise in the design of exterior and public lighting
-Sustainability, Environmental and Energy Consultancy Services
-DEAP/NEAP analysis
-BER certification
-HPI certification
-Ancillary Certification for BC(A)R in accordance with the Code of Practice for inspecting and certifying buildings 2013-2016
-Designer under the SHWW Act 2005 and Construction Regulations 2006-2013.
The framework agreement will be established on the foot of an initial contract for Mechanical and Electrical Services for stages (i)-(v) of the CWMF. The project involves the design and delivery of a new build housing scheme for Dublin City Council, as part of a phased regeneration of an existing housing estate. The development will enclose a private courtyard, shared with existing residential development. The development will form street frontage onto two roads and will provide c. 25 no apartments and duplex units over an undercroft car park. The duplex units will have own door access, while the apartments are served by a common stair and lift core. The estimated construction value of the project is c. €11 million excluding VAT
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  PROPOSED APPROACH AND METHODOLOGY  /  Weighting:  20
Quality criterion  -  Name:  TECHNICAL MERIT OF PROPOSED HUMAN RESOURCES  /  Weighting:  20
Price  -  Weighting:  60
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 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: 2021/S 207-541991

Section V: Award of contract

Contract No: 1

Title: M&E Consultancy Services

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

Award of contract

V.2.1)

Date of conclusion of the contract

06/03/2023
V.2.2)

Information about tenders

Number of tenders received:  6
Number of tenders received by electronic means:  6
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

DELAP & WALLER
IE6601843F
1ST FLOOR BLOOMFIELD HOUSE
DUBLIN DO8 WT10
BLOOMFIELD AVENUE
IE
Telephone: +353 15355900
NUTS code:  IE -  IRELAND

The contractor is an SME : yes
V.2.4)

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

Total value of the contract/lot:  6000000.00  EUR

Section V: Award of contract

Contract No: 2

Title: M&E Consultancy Services

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

Award of contract

V.2.1)

Date of conclusion of the contract

06/03/2023
V.2.2)

Information about tenders

Number of tenders received:  6
Number of tenders received by electronic means:  6
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

J.V. Tierney & Co (2002) Ltd
6379680T
The Tannery
Dublin
53-56 Cork St
IE
Telephone: +353 014214900
NUTS code:  IE -  IRELAND
Internet address: http://www.jvtierney.ie

The contractor is an SME : yes
V.2.4)

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

Total value of the contract/lot:  6000000.00  EUR

Section V: Award of contract

Contract No: WINNER OF INITIAL CONTRACT

Title: M&E Consultancy Services

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

Award of contract

V.2.1)

Date of conclusion of the contract

06/03/2023
V.2.2)

Information about tenders

Number of tenders received:  6
Number of tenders received by electronic means:  6
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

Semple & McKillop Ltd
N/A
Unit 6, Drumillard Retail Park
Co. Monaghan A75 KH60
Monaghan Road, Castl
IE
Telephone: +353 429749570
Fax: +353 429749909
NUTS code:  IE -  IRELAND

The contractor is an SME : yes
V.2.4)

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

Total value of the contract/lot:  6000000.00  EUR

Section VI: Complementary information

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: 200198 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 13.00 hours on 8th November 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

VI.4.2)

Body responsible for mediation procedures

Refer to your solicitor
dublin
IE

VI.4.4)

Service from which information about the review procedure may be obtained

Refer to your solicitor
dublin
IE