Contract notice

Information

Published

Date of dispatch of this notice: 17/05/2023

Expire date: 30/06/2023

External Reference: 2023-230626

TED Reference: 2023/S 097-304727

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Dublin City Council
N/A
Civic Offices, Wood Quay
Dublin 8
Dublin
IE
Contact person: Ronan Costello
Telephone: +353 2224301
NUTS code:  IE06 -  Eastern and Midland
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=242722&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 the provision of Active Travel Design Services
II.1.2)

Main CPV code

71300000  -  Engineering services
II.1.3)

Type of contract

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)

Description

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.
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: 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

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

For further information please consult the associated documentation available at www.etenders.gov.ie RFT ID 241272
III.2.3)

Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract

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:  3
In the case of framework agreements, provide justification for any duration exceeding 4 years:  Service providers will be given task orders to deliver phases. The works are determinable once preceding phases have been completed. It is envisaged that subsequent phases cannot be completed within 4 years. The framework members will possess knowledge of all phases. Thus it makes practical/economic sense to retain services of the framework members for the envisaged timeframe of 5 years
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:  23/06/2023
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)
IV.2.7)

Conditions for opening of tenders

Date:  23/06/2023
Local time:  12:00
Information about authorised persons and opening procedure:  
The date and time set out for the opening of tenders is 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.3)

Additional information

1) Interested parties must register their interest on the eTenders web site (https://scanner.topsec.com/?d=1962&r=show&u=www.etenders.gov.ie&t=819305e65b456ba43206343e60d5afb0ef358cab) in order to be included on the mailing list for clarifications. All information relating to attachments, including clarifications and changes, will be published on the Irish Government Procurement Opportunities Portal (https://scanner.topsec.com/?d=1962&r=show&u=www.etenders.gov.ie&t=819305e65b456ba43206343e60d5afb0ef358cab) only. Registration is free of charge. The contracting authority will not accept responsibility for information relayed (or not relayed) via third parties;
2) Suppliers should note the following when making their submission:
• 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@eusupply. com or Telephone: 353(0)21 2439277 (09:00am – 17:30pm GMT) 5. All queries must be submitted through the messaging facility on https://scanner.topsec.com/?d=1962&r=show&u=www.etenders.gov.ie&t=819305e65b456ba43206343e60d5afb0ef358cab.
3) All queries regarding this tender requirement or process must be submitted through the Irish Government Procurement Opportunities Portal https://scanner.topsec.com/?d=1962&r=show&u=www.etenders.gov.ie&t=819305e65b456ba43206343e60d5afb0ef358cab as a specific question. Responses will be circulated to those tenderers that have registered an interest in this notice on https://scanner.topsec.com/?d=1962&r=show&u=www.etenders.gov.ie&t=819305e65b456ba43206343e60d5afb0ef358cab The details of the person making a query will not be disclosed when circulating the response
4) This is the sole call for competition for this contract.
5) The contracting authority will not be responsible for any costs, charges or expenses incurred by candidates or tenderers.
6) Contract award will be subject to the approval of the competent authorities.
7) It will be a condition of award that the successful tenderer is and remains tax compliant.
8) At its absolute discretion, the contracting authority may elect to terminate this procurement process, the framework agreement or any contract awarded under the framework agreement at any time.
9) 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.
10) Without prejudice to the principle of equal treatment, the contracting authority is not obliged to engage in a clarification process in respect of the procurement documents with missing or incomplete information. Therefore, respondents are advised to ensure that they return completed documentation in order to avoid the risk of elimination from the competition.
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 consult your solicitor