II.1)
Scope of the procurement
Multi Party Framework Agreement for the provision of Active Travel Design Services
71300000
-
Engineering services
Services
II.1.4)
Short description
The core objective of the Services is the provision of two Active Travel Design Offices (AcTDO's) providing design services to assist in the delivery of Active Travel projects, predominately in DCC, and across the adjacent LA's when being delivered by DCC. This Multi Party framework agreement will be for a duration of 3 years with an option to extend for 2 years. A total of 3 economic operator will be accepted into this framework.Two AcTDO will be based in DCC’s offices with the DCC Active Travel Programme Office team in Dublin’s City Centre. Each AcTDO will comprise of 7 personnel provided by the Service Provider and based in these offices (the “Core Design Team”), supplemented by off-site resources provided by the Service Provider. The primary role of each AcTDO will be to develop various active travel schemes through the design and planning stages, together with the development of tender documents for construction and the management of the tender process for construction.
II.1.5)
Estimated total value
Value excluding VAT: 7000000.00
EUR
II.1.6)
Information about lots
This contract is divided into lots:
no
II.2.2)
Additional CPV code(s)
45233162
-
Cycle path construction work
60112000
-
Public road transport services
71400000
-
Urban planning and landscape architectural services
71500000
-
Construction-related services
71600000
-
Technical testing, analysis and consultancy services
90700000
-
Environmental services
II.2.3)
Place of performance
NUTS code:
IE06 -
Eastern and Midland
Main site or place of performance:
Dublin
II.2.4)
Description of the procurement
To assist in accelerating the delivery of active travel infrastructure, primarily in the DCC Area, but also elsewhere in the adjoining Local Authorities when DCC has an Agreement to deliver the project, DCC wishes to establish two Active Travel Design Offices to assist the Active Travel Programme Office in the delivery of these active travel projects.
The core objective of the Services is the provision of two Active Travel Design Offices providing design services to assist in the delivery of Active Travel projects, predominately in DCC area, and across the Dun Laoghaire Rathdown, South Dublin, and Fingal when the project is being delivered by DCC.
It is intended that the two Active Travel Design Offices will be based in DCC’s offices with the DCC Active Travel Programme Office team in Dublin’s City Centre. Each Active Travel Design Office will comprise of several personnel provided by the Service Provider and based in these offices (the “Core Design Team”), supplemented by off-site resources also provided by the Service Provider.
The primary role of each Active Travel Design Office will be to develop various active travel schemes through the design and planning stages of each project, together with the development of tender documents for construction plus the management of the tender process for construction. It is envisaged that only limited design related services will be required during construction.
The Service Providers will also be required to undertake the role of Project Supervisor Design Process in relation to the design stages of the projects that are undertaken by the Service Provider.
In addition to the primary role of design development of projects, the Service Provider will also be expected to undertake other work related to sustainable transport provision.
Price is not the only award criterion and all criteria are stated only in the procurement documents
Value excluding VAT: 7000000.00
EUR
II.2.7)
Duration of the contract, framework agreement or dynamic purchasing system
Duration in months:
60
This contract is subject to renewal:
yes
Description of renewals:
The framework agreement will be for an initial period of three years and may be renewed annually up to a maximum period of two (2) additional 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