Contract notice

Information

Published

Date of dispatch of this notice: 18/06/2019

Expire date: 19/07/2019

External Reference: 2019-272703

TED Reference: 2019/S 118-289724

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

The Office of Government Procurement
IE3229842HH
3A Mayor Street Upper
Dublin 1. D01 PF72.
Dublin
IE
Contact person: Tender Operations
Telephone: +353 0761008000
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=149030&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

Ministry or any other national or federal authority, including their regional or local subdivisions
I.5)

Main activity

General public services

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Multi Supplier Framework Agreement for the provision of Asbestos Surveys (MAS & RDAS) and Asbestos Air Sampling & Laboratory Analysis Services (PAS092)
Reference number:  PROJ000000398
II.1.2)

Main CPV code

90650000  -  Asbestos removal services
II.1.3)

Type of contract

Services
II.1.4)

Short description

Asbestos Identification Surveys as part of the National Asbestos Management Plan
II.1.5)

Estimated total value

Value excluding VAT: 4000000.00  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 Asbestos Surveys (MAS & RDAS)
Lot No:  1
II.2.2)

Additional CPV code(s)

71313000  -  Environmental engineering consultancy services
71315100  -  Building-fabric consultancy services
71315200  -  Building consultancy services
71317210  -  Health and safety consultancy services
71600000  -  Technical testing, analysis and consultancy services
71621000  -  Technical analysis or consultancy services
79417000  -  Safety consultancy services
90713000  -  Environmental issues consultancy services
II.2.3)

Place of performance

Main site or place of performance:  
Dublin 1
II.2.4)

Description of the procurement

Asbestos Identification Surveys as part of the National Asbestos Management Plan
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  A1’ Quality Management  /  Weighting:  100
Quality criterion  -  Name:  ‘A2’ Service Methodology  /  Weighting:  100
Quality criterion  -  Name:  ‘A3’ Emergency Services  /  Weighting:  100
Quality criterion  -  Name:  ‘A4’ Contract Management  /  Weighting:  100
Quality criterion  -  Name:  ‘A5’ Asbestos Surveying/Analysis Reporting  /  Weighting:  100
Cost criterion  -  Name:  Cost  /  Weighting:  500
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: 36
This contract is subject to renewal: yes
Description of renewals:  
The Contracting Authority reserves the right, at its discretion, to extend the Term for a period or periods of up to 12 months with a max of 1 such extension or extensions on the same terms and conditions, subject to the Contracting Authority’s obligations at law. The Term will not exceed 4 years in aggregate.
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: yes
Description of options:
The Contracting Authority reserves the right, at its discretion and subject to its obligations at
law, to extend the Framework Term for a period or periods of up to 12 months with a
maximum of 1 of such extensions on the same terms and conditions.
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 Asbestos Air Sampling & Laboratory Analysis Services
Lot No:  2
II.2.2)

Additional CPV code(s)

71313000  -  Environmental engineering consultancy services
71315100  -  Building-fabric consultancy services
71315200  -  Building consultancy services
71317210  -  Health and safety consultancy services
71600000  -  Technical testing, analysis and consultancy services
71621000  -  Technical analysis or consultancy services
79417000  -  Safety consultancy services
90713000  -  Environmental issues consultancy services
II.2.3)

Place of performance

Main site or place of performance:  
Dublin 1
II.2.4)

Description of the procurement

Asbestos Identification Surveys as part of the National Asbestos Management Plan
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  ‘A1’ Quality Management  /  Weighting:  100
Quality criterion  -  Name:  ‘A2’ Service Methodology  /  Weighting:  100
Quality criterion  -  Name:  ‘A3’ Emergency Services  /  Weighting:  100
Quality criterion  -  Name:  ‘A4’ Contract Management  /  Weighting:  100
Quality criterion  -  Name:  ‘A5’ Asbestos Surveying/Analysis Reporting  /  Weighting:  100
Cost criterion  -  Name:  Cost  /  Weighting:  500
II.2.6)

Estimated value

Value excluding VAT: 1000000.00  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 Contracting Authority reserves the right, at its discretion, to extend the Term for a period or periods of up to 12 months with a max of 1 such extension or extensions on the same terms and conditions, subject to the Contracting Authority’s obligations at law. The Term will not exceed 4 years in aggregate.
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: yes
Description of options:
The Contracting Authority reserves the right, at its discretion and subject to its obligations at
law, to extend the Framework Term for a period or periods of up to 12 months with a
maximum of 1 of such extensions on the same terms and conditions.
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.1.1)

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 the Request for Tender documents associated with the notice published on www.etenders.gov.ie (RFT #152748).
III.1.2)

Economic and financial standing

List and brief description of selection criteria:  
Please refer to the Request for Tender documents associated with the notice published on www.etenders.gov.ie (RFT #152748).
Minimum level(s) of standards possibly required:  
Please refer to the Request for Tender documents associated with the notice published on www.etenders.gov.ie (RFT #152748).
III.1.3)

Technical and professional ability

List and brief description of selection criteria:  
Please refer to the Request for Tender documents associated with the notice published on www.etenders.gov.ie (RFT #152748).
Minimum level(s) of standards possibly required:  
Please refer to the Request for Tender documents associated with the notice published on www.etenders.gov.ie (RFT #152748).
III.2)

Conditions related to the contract

III.2.2)

Contract performance conditions

Please refer to the Request for Tender documents associated with the notice published on www.etenders.gov.ie (RFT #152748).

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:  10
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: 2018/S 235-537373
IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  19/07/2019
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:  19/07/2019
Local time:  12:00

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.3)

Additional information

Please refer to the Request for Tender documents associated with the notice published on www.etenders.gov.ie (RFT #152748).
VI.4)

Procedures for review

VI.4.1)

Review body

The High Court of Ireland
Dublin
IE
Telephone: +353 18886000

VI.4.3)

Review procedure

Precise information on deadline(s) for review procedures: 
Please consult with your own legal advisors