Contract notice

Information

Published

Date of dispatch of this notice: 19/04/2021

Expire date: 04/06/2021

External Reference: 2021-288335

TED Reference: 2021/S 079-202184

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Dublin City Council
Civic Offices, Wood Quay
Dublin 8
Dublin
IE
Contact person: Gavin Doyle
NUTS code:  IE061 -  Dublin
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=178949&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

Multi-Party Framework Agreement for Building Surveying Services established on foot of an Initial Contract for Libraries and Offices Surveying Pilot Project.
Reference number:  BSSFA01
II.1.2)

Main CPV code

71315300  -  Building surveying services
II.1.3)

Type of contract

Services
II.1.4)

Short description

Dublin City Council (DCC) intents to establish a multi-party Framework Agreement for various types of Building Surveying Services via an Open Tender Procedure. The initial contract ‘Libraries and Offices Surveying Pilot Project’ will establish the Framework Agreement for potential future Mini – Competitions. The initial contract will be awarded to the Tenderer with the most economically advantageous tender for the ‘Libraries and Offices Surveying Pilot Project’.
The Framework Members will also be ranked, based on the above assessment, to establish a cascade ranking, which will only be used in certain circumstances which satisfy specific conditions. It is envisaged that the Ten (10) highest scoring Tenderers (subject to receipt of sufficient number valid tenders) will be admitted to the Framework Agreement.
II.1.5)

Estimated total value

Value excluding VAT: 1500000.00  EUR
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

38221000  -  Geographic information systems (GIS or equivalent)
71250000  -  Architectural, engineering and surveying services
71251000  -  Architectural and building-surveying services
71315400  -  Building-inspection services
71318000  -  Advisory and consultative engineering services
71355000  -  Surveying services
II.2.3)

Place of performance

NUTS code:  IE061 -  Dublin
Main site or place of performance:  
Dublin City Council Administration Area
II.2.4)

Description of the procurement

Dublin City Council (DCC) intents to establish a multi-party Framework Agreement for various types of Building Surveying Services via an Open Tender Procedure.
The initial contract ‘Libraries and Offices Surveying Pilot Project’ will establish the Framework Agreement for potential future Mini – Competitions [SEE: section 4.3 of the 05.1 Multi-Operator Framework Agreement [Conditions of Engagement] 2020 [Sept]]. The initial contract will be awarded to the Tenderer with the most economically advantageous tender for the ‘Libraries and Offices Surveying Pilot Project’.
The Framework Members will also be ranked, based on the above assessment, to establish a cascade ranking, which will only be used in certain circumstances which satisfy specific conditions (SEE: 03.1 schedule B.1 – Consultants Services Libraries and Office Surveying Pilot Projects for more details).
It is envisaged that the Ten (10) highest scoring Tenderers (subject to receipt of sufficient number valid tenders) will be admitted to the Framework Agreement (SEE: 03.1 Schedule B.1 - Consultant Services: Libraries and Office Surveying Pilot Project for details.).
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: 1500000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24
This contract is subject to renewal: yes
Description of renewals:  
2No. YRS (24 months) initial duration with an option to extend for 2No. YRS [4No. YRS Maximum]
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 documentation, which contains full instructions regarding the submission of tenders and is available to download from www.etenders.gov.ie using RFT ID 180971.

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:  For further information please consult the associated documentation available to download from www.etenders.gov.ie using RFT ID 180971.
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

For further information please consult the associated documentation available to download from www.etenders.gov.ie using RFT ID 180971.

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.2.2)

Time limit for receipt of tenders or requests to participate

Date:  31/05/2021
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

Tender must be valid until:  31/05/2022
IV.2.7)

Conditions for opening of tenders

Date:  31/05/2021
Local time:  17:00
Place:  
The date and time set out above for the opening of tenders us subject to 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 payment will be used
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: 180971, 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 (Irish Standard Time) 17 May 2021 (Irish Standard Time) 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 180971for 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

Please consult your solicitor.
Please consult your solicitor.
IE

VI.4.3)

Review procedure

Precise information on deadline(s) for review procedures: 
Please consult your solicitor.
VI.4.4)

Service from which information about the review procedure may be obtained

Please consult your solicitor.
Please consult your solicitor.
IE