Contract notice

Information

Published

Date of dispatch of this notice: 12/07/2018

Expire date: 23/08/2018

External Reference: 2018-588680

TED Reference: 2018/S 134-305788

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Dun Laoghaire Rathdown County Council
N/A
County Hall
Dun Laoghaire
Marine Road
IE
Contact person: Mary Kennefick
NUTS code:  IE061 -  Dublin
Internet address(es):
Main address: www.dlrcoco.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=132103&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

Tender for Project and Cost Management and Monitoring Consultancy Services
Reference number:  DLRCoCo/2018/07
II.1.2)

Main CPV code

66171000  -  Financial 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 Multi-Disciplinary Project and Cost Management and Monitoring Consultancy Services for Common Infrastructure works at Cherrywood Strategic Development Zone (SDZ)
II.1.5)

Estimated total value

Value excluding VAT: 3000000.00  EUR
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

66513000  -  Legal insurance and all-risk insurance services
66513200  -  Contractor's all-risk insurance services
71313410  -  Risk or hazard assessment for construction
72224000  -  Project management consultancy services
73220000  -  Development consultancy services
79412000  -  Financial management consultancy services
II.2.3)

Place of performance

NUTS code:  IE061 -  Dublin
Main site or place of performance:  
Cherrywood, Dublin
II.2.4)

Description of the procurement

The Contracting Authority proposes to engage in a competitive process for the establishment of a Multi-Party Framework agreement for the provision of Multi-Disciplinary Project and Cost Management and Monitoring Consultancy Services for Common Infrastructure works at Cherrywood Strategic Development Zone (SDZ)
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: 3000000.00  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.2.10)

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 associated tender documentation which contains full instructions regarding the submission of tenders in respect of this competition

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 136790.
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

III.2.2)

Contract performance conditions

Subject to agreed Service Level Agreements and Key Performance indicators between the Contracting Authority and Framework Members on award of Contracts.
III.2.3)

Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Open 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:  3
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:  16/08/2018
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)
IV.2.7)

Conditions for opening of tenders

Date:  16/08/2018
Local time:  14:00
Place:  
Dún Laoghaire-Rathdown County Council Offices
Information about authorised persons and opening procedure:  
Two staff members the Contracting Authority, one of which will be a member of the tender evaluation team.

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) This is the sole call for competition for this contract/framework.
3) The contracting authority will not be responsible for any costs, charges or expenses incurred by candidates or tenderers.
4) Contract award will be subject to the approval of the competent authorities.
5) It will be a condition of award that the successful tenderer is and remains tax compliant.
6) 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.
7) 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.
8) 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.
VI.4)

Procedures for review

VI.4.1)

Review body

High Court
Inns Quay
Dublin
IE

VI.4.3)

Review procedure

Precise information on deadline(s) for review procedures: 
Instrument SI 130 of 2010, until after the expiry of the standstill period which commences on the day following the date of notification of concerned candidates and tenderers. The duration of the Contracting Authority will not conclude this framework agreement (and the reviewable public contract) to which a standstill period applies in accordance with Irish Statutory standstill period will be 14 calendar days where notifications are sent electronically or by fax and 16 calendar days where these are sent by any other means. The Statutory Instrument mentioned above provides that review procedures are available in the High Court to a person who has or has had an interest in obtaining the framework agreement (including the reviewable public contract and alleges that he or she has been harmed or is at risk of being harmed by an infringement of the law in relation to that framework agreement and reviewable public contract.
VI.4.4)

Service from which information about the review procedure may be obtained

Consult a legal advisor
Dublin
IE