Contract notice

Information

Published

Date of dispatch of this notice: 23/03/2023

Expire date: 24/04/2023

External Reference: 2023-231504

TED Reference: 2023/S 062-183577

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Dublin City Council
N/A
Housing & Community Services, Civic Offices, Wood Quay
Dublin 8
Dublin
IE
Contact person: Sandra Mc Aleer
Fax: +353 2223870
NUTS code:  IE061 -  Dublin
Internet address(es):
Main address: www.dublincity.ie

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=237584&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

Single Party Framework agreement for the provision of Conservation Architectural Services for the Dublin City Council Housing Development at Emmet Road, Inchicore, Dublin 8
Reference number:  RFT ID 236360
II.1.2)

Main CPV code

71200000  -  Architectural and related services
II.1.3)

Type of contract

Services
II.1.4)

Short description

Dublin City Council ("Contracting Authority") proposes to engage in a competitive process for the establishment of a Single Party Framework agreement for the provision of Conservation Architectural Services for the Dublin City Council Housing Development at Emmet Road, Inchicore, Dublin 8. The establishment of the framework agreement is subject to the provisions of Directive 2014/24/EU & will be awarded using the Competitive Procedure with Negotiation. The Framework Agreement will be established for 4 years on foot of a contract for the provision of Conservation Architectural Services for Stage (ii) Post Planning to Stage (v) Handover of the Capital Works Management Framework. The Contracting Authority proposes to deliver 487 apartments as part of mix-used development which will include cost rental and social apartments. The development will include community facilities such as a community hub/library, creche along with associated public realm and a series of new public open spaces.
II.1.5)

Estimated total value

Value excluding VAT: 100000.00  EUR
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

71200000  -  Architectural and related services
II.2.3)

Place of performance

NUTS code:  IE061 -  Dublin
II.2.4)

Description of the procurement

Dublin City Council ("the Contracting Authority") proposes to engage in a competitive process for the establishment of a Single Party Framework agreement for the provision of Conservation Architectural Services for the Dublin City Council Housing Development at Emmet Road, Inchicore, Dublin 8. The establishment of the framework agreement is subject to the provisions of Directive 2014/24/EU & will be awarded using the Competitive Procedure with Negotiation.
The Framework Agreement will be established for 4 years on foot of a contract for the provision of Conservation Architectural Services for Stage (ii) Post Planning – Stage (v) Handover of the Capital Works Management Framework for the Emmet Road Development.
The Contracting Authority proposes to deliver 487 apartments as part of mix-used development which will include cost rental and social apartments. The development will include community facilities such as a community hub/library, creche along with associated public realm and a series of new public open spaces to create a vibrant new neighbourhood in Inchicore. This will help provide a rich diversity of residents supported and sustained by a mix of uses and facilities. One of the key aims of the project is to deliver a cost efficient scheme, along with maintaining the quality. The planning application also includes Block C which contains retail units, supermarket and 91 residential units above. This will be designed and constructed by a Third Party Developer and will fall outside of the scope of this project in terms of delivery. However, any integration with Block C will need to be considered while detailing the design for rest of the development.
For further information please consult the appropriate documentation, which contains full instructions regarding the submission of Expressions of Interest and is available to download from www.etenders.gov.ie using RFT ID 236360
Please note that this project is subject to funding and Statutory Approvals.
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: 48
This contract is subject to renewal: no
II.2.9)

Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 5
Objective criteria for choosing the limited number of candidates:
Please consult Suitability Assessment Questionnaires available to download from www.etenders.gov.ie using RFT ID 236360. It is envisaged that the top 5 scoring Candidates (subject to the quality and number of Suitability Assessment Questionnaires (SAQs) received) which also meet the minimum criteria and rules for selection will be invited to tender.
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 appropriate documentation, which contains full instructions regarding the submission of Expressions of Interest and is available to download from www.etenders.gov.ie using RFT 236360.

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 procurement documents available to download from www.etenders.gov.ie
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

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Competitive procedure with negotiation
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 a single operator
IV.1.4)

Information about reduction of the number of solutions or tenders during negotiation or dialogue

Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated
IV.1.5)

Information about negotiation

The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations
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:  24/04/2023
Local time:  12:00
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)

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.3)

Additional information

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: 236360, 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 12 noon 14th April 2023 to enable issue of responses to all interested parties.
6. For each criterion marked as Response: Declaration Required, applicants must initially provide the Appendices / Declarations 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 236360 for 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

Consult legal advisor
D
IE

VI.4.3)

Review procedure

Precise information on deadline(s) for review procedures: 
The framework is covered by the application of the Remedies Directive and the relevant standstill period applied at time of notification.
VI.4.4)

Service from which information about the review procedure may be obtained

Consult legal advisor
D
IE