Contract notice

Information

Published

Date of dispatch of this notice: 10/05/2019

Expire date: 10/06/2019

External Reference: 2019-239234

TED Reference: 2019/S 093-224776

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Dublin City Council
N/A
Culture, Recreation & Economic Services
Block 4, Ground Floor, Civic Offices, Wood Quay, Dublin 8
Dublin
IE
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=146213&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

Provision of Consultancy Services to Dublin City Council in 6 Lots as follows to support a Feasibility Study under the Urban Regeneration Development Fund for Artists Workspaces in Dublin
Reference number:  150068
II.1.2)

Main CPV code

71241000  -  Feasibility study, advisory service, analysis
II.1.3)

Type of contract

Services
II.1.4)

Short description

Dublin City Council proposes to engage in a competitive process for the award of 6 contracts as specified hereunder. Each service provider appointed will be required to work as part of the Feasibility Team to deliver the objectives set out in Section 2.1. of the tender document. The Lot 5 successful tenderer (Building Development and Project Management Consultant) will take the lead role in co-ordinating the Team.
Lot 1 – Communications Consultants
Lot 2 - European Cultural Project Management & Consultancy
Lot 3 – Financial Analysis Consultants
Lot 4 – Architectural Consultants
Lot 5 – Building Development & Project Management consultants
Lot 6 – Arts Consultants
Please see the tender documents for full details, available on www.etenders.gov.ie (RFT ID 150068)
II.1.5)

Estimated total value

Value excluding VAT: 430000.00  EUR
II.1.6)

Information about lots

This contract is divided into lots: yes
Tenders may be submitted for  all lots
II.2)

Description

II.2.1)

Title

Lot 1 – Communications Consultants
Lot No:  1
II.2.2)

Additional CPV code(s)

79112100  -  Stakeholders representation services
79341100  -  Advertising consultancy services
79416000  -  Public relations services
79416100  -  Public relations management services
79416200  -  Public relations consultancy services
79421200  -  Project-design services other than for construction work
II.2.4)

Description of the procurement

Dublin City Council wish to secure the Services by Tender of a Communications Company to play a key role in the preparation of the Feasibility Study. The Communications Company will have at least ten years’ experience of all aspects of internal and external communication including mitigation of Reputational Risk, Corporate and Mainstream Public Relations print and online, Social media Campaigns and Community Consultation both on digital platforms and face to face.
For full details please see the tender documents available on www.etenders.gov.ie (RFT ID 150068)
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: 120000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 36
This contract is subject to renewal: yes
Description of renewals:  
The contract will be for a minimum period of 7 to 12 months with an option to extend for an additional 2 years.
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)

Description

II.2.1)

Title

Lot 2 - European Cultural Project Management & Consultancy
Lot No:  2
II.2.2)

Additional CPV code(s)

71315200  -  Building consultancy services
72224000  -  Project management consultancy services
79415200  -  Design consultancy services
79421200  -  Project-design services other than for construction work
79930000  -  Specialty design services
71241000  -  Feasibility study, advisory service, analysis
II.2.4)

Description of the procurement

An important component of the Feasibility Report will involve comparisons of Artist Workspaces internationally particularly in Europe with particular focus on innovative uses of these spaces and models of governance that help to ‘future proof’ the design and management of the developments that Dublin City Council propose. Moreover, due to the private sector leverage and partnerships set out in the URDF criteria, a knowledge and understanding of private investment and private development of these types of buildings will be an essential component of any successful Feasibility Report under this Fund.
For full details please see the tender documents available on www.etenders.gov.ie (RFT ID 150068)
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: 50000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 36
This contract is subject to renewal: yes
Description of renewals:  
The contract will be for a minimum period of 7 to 12 months with an option to extend for an additional 2 years.
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)

Description

II.2.1)

Title

Lot 3 – Financial Analysis Consultants
Lot No:  3
II.2.2)

Additional CPV code(s)

66171000  -  Financial consultancy services
79112100  -  Stakeholders representation services
79412000  -  Financial management consultancy services
II.2.4)

Description of the procurement

A key component of the Feasibility Study as set out above is Financial Feasibility of the proposed developments. The URDF Funds set out strict guidelines on the Public/Private component of the Fund and specifically the leverage of Private Sector investment through Public Funding. Dublin City Council therefore wish to appoint a Contractor or a Company to deliver a Financial Feasibility Study as part of the overall Feasibility Study required. This Company will have at least 10 years’ experience in the area of Final Analysis and Feasibility and particularly in the Area of Report Writing through desk research and learning how specialist financial knowledge can be applied through participation in a multidisciplinary team.
For full details please see the tender documents available on www.etenders.gov.ie (RFT ID 150068)
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: 60000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 36
This contract is subject to renewal: yes
Description of renewals:  
The contract will be for a minimum period of 7 to 12 months with an option to extend for an additional 2 years.
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)

Description

II.2.1)

Title

Lot 4 – Architectural Consultants
Lot No:  4
II.2.2)

Additional CPV code(s)

71410000  -  Urban planning services
71200000  -  Architectural and related services
71210000  -  Advisory architectural services
71220000  -  Architectural design services
71240000  -  Architectural, engineering and planning services
71241000  -  Feasibility study, advisory service, analysis
II.2.4)

Description of the procurement

Dublin City Council wish to use co-design and Open Design processes in the development of these sites where a comprehensive communication strategy will not only engage and consult with local residents, prospective users and other important stakeholders such as Government Agencies but also develop a citizen/practitioner led co-design group who will inform and help direct the design of the buildings involved. This process is intended to drive innovation, deepen ownership and underline the importance of such cultural developments within Dublin.
For full details please see the tender documents available on www.etenders.gov.ie (RFT ID 150068)
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: 60000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 36
This contract is subject to renewal: yes
Description of renewals:  
The contract will be for a minimum period of 7 to 12 months with an option to extend for an additional 2 years.
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)

Description

II.2.1)

Title

Lot 5 – Building Development & Project Management consultants
Lot No:  5
II.2.2)

Additional CPV code(s)

71315200  -  Building consultancy services
71315210  -  Building services consultancy services
71541000  -  Construction project management services
79112100  -  Stakeholders representation services
II.2.4)

Description of the procurement

In order to complete the Feasibility Report Dublin City Council, wish to appoint a Contractor or Company to provide Project Management Services and Coordination of the various Contractors retained who will conduct the research into each area of the Report. The Project Manager appointed will take charge and ensure the delivery of a high-quality Feasibility Study meeting the criteria set out by the URDF in a timely and competent manner.
For full details please see the tender documents available on www.etenders.gov.ie (RFT ID 150068)
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: 100000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 36
This contract is subject to renewal: yes
Description of renewals:  
The contract will be for a minimum period of 7 to 12 months with an option to extend for an additional 2 years.
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)

Description

II.2.1)

Title

Lot 6 – Arts Consultants
Lot No:  6
II.2.2)

Additional CPV code(s)

92310000  -  Artistic and literary creation and interpretation services
92312000  -  Artistic services
92312250  -  Services provided by individual artists
71241000  -  Feasibility study, advisory service, analysis
II.2.4)

Description of the procurement

A key feature of the Feasibility Study that will inform all Chapters will be a comprehensive knowledge of Studio Provision in Dublin and Nationally and an analysis of the key deficits and opportunities that have underpinned the original application to URDF.
The successful tender will provide this overview by desk research and site visits and will be available to provide briefings and informed commentary as part of a multidisciplinary team. Attendance at meetings with stakeholders as part of research and communication, an understanding of Open Design, co design and ‘citizen led’ design is also required.
For full details please see the tender documents available on www.etenders.gov.ie (RFT ID 150068)
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: 40000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 36
This contract is subject to renewal: yes
Description of renewals:  
The contract will be for a minimum period of 7 to 12 months with an option to extend for an additional 2 years.
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.1.2)

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

Please see the tender documents available on www.etenders.gov.ie (RFT ID 150068)

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Open procedure
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:  10/06/2019
Local time:  17:00
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)
IV.2.7)

Conditions for opening of tenders

Date:  10/06/2019
Local time:  17:00
Place:  
The date and time for opening tenders set out above may change at the discretion of Dublin City Council.

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.2)

Information about electronic workflows

Electronic invoicing will be accepted
Electronic payment will be used
VI.3)

Additional information

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.
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.
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.
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.
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.
The contract is primarily for use by the Culture, Recreation and Economic Services /Department, but may also be extended for use by other divisions of Dublin City Council as requirements arise.
Emailed/faxed/late tenders will not be accepted.
Suppliers should note the following when making their submission:
• To enable submission of multiple documents concurrently, download and 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 document. Documents larger than this should be divided into smaller files prior to upload.
• 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)
Tenders may be submitted in English or in the Irish language.
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.
All queries regarding this tender requirement or process must be submitted through the Irish Government Procurement Opportunities Portal www.etenders.gov.ie (RFT ID:150068) as a specific question. Responses will be circulated to those candidates/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.
All queries must be submitted before 31st May @ 12 noon to enable issue of responses to all interested parties.
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.
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.4.3)

Review procedure

Precise information on deadline(s) for review procedures: 
Please contact your solicitor