Contract notice

Information

Published

Date of dispatch of this notice: 05/03/2015

Expire date: 24/04/2015

External Reference: 2015-668226

TED Reference: 2015/S 048-083664

Contract notice

Contract notice

Classic Sector

Directive 2004/18/EC

Services

Section I: Contracting authority

I.1)

Name, addresses and contact point(s)

Dublin City Council
Civic Offices, Wood Quay
Dublin 8
IE
Further information can be obtained from:
www.etenders.gov.ie
.
.
IE
Internet address:
Specifications and additional documents (including documents for a dynamic purchasing system) can be obtained from:
www.etenders.gov.ie
.
.
IE
Internet address:
Tenders or requests to participate must be sent to:
Dublin City Council
Environment & Transportation Department, Block 2 Floor 6, Civic Offices, Wood Quay
Dublin 8
IE
For the attention of: Mr Declan Wallace, Executive Manager
Telephone: +353 12225221
E-mail: etenders.traffic@dublincity.ie
Internet address:
I.2)

Type of the contracting authority

Regional or local authority
I.3)

Main activity

  • General public services
I.4)

Contract award on behalf of other contracting authorities

The contracting authority is purchasing on behalf of other contracting authorities: no

Section II: Object of the contract

II.1)

Description

II.1.1)

Title attributed to the contract by the contracting authority:

Establishment of a multi-party framework agreement for design team services for opening bridges for the Dublin Docklands Area

II.1.2)

Type of contract and location of works, place of delivery or of performance

Services
    Category No12:  Architectural services; engineering services and integrated engineering services; urban planning and landscape engineering services; related scientific and technical consulting services; technical testing and analysis services
    Main site or location of works, place of delivery or of performance:

    Dublin 2

    NUTS code
    IE021
    II.1.3)

    Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)

    The notice involves the establishment of a framework agreement
    II.1.4)

    Information on framework agreement

    Framework agreement with several operators
    maximum number of participants to the framework agreement envisaged: 5
    Duration of the framework agreement
    Duration in years: 4
    Justification for a framework agreement, the duration of which exceeds four years: 
    Estimated total value of purchases for the entire duration of the framework agreement
    Estimated cost excluding VAT: 5000000  EUR
    Frequency and value of the contracts to be awarded:
    II.1.5)

    Short description of the contract or purchase(s)

    The Contracting Authority is seeking to establish a multi-operator framework agreement for the provision of integrated design team services for opening bridges for the Dublin Docklands Area.

    The framework agreement will be established with a minimum of three (3) and a maximum of five (5) economic operators comprising the following disciplines;

    (a) Civil & Structural Engineering Services and associated specialist skills;

    (b) Architectural Services and associated specialist skills;

    (c) Mechanical & Electrical Engineering Services;

    (d) Quantity Surveying Services and associated skills;

    (e) Planning Consultancy Services and associated skills, and

    (f) Project Supervisor for the Design Process.

    The Integrated Design Team will be responsible for providing all construction related technical advice and design services to the Contracting Authority in respect of any contract awarded under the framework agreement.

    For the avoidance of doubt, the period for delivery of any contracts awarded under the framework may extend beyond that date of expiry of the framework agreement.

    INITIAL CONTRACT:

    The framework agreement will be established on foot of an initial contract for the initial scheme concept and option selection, preliminary design, detailed design, planning application, procurement of works contractor, works supervision and handover of works for the Forbes Street pedestrian and cycle bridge. It is a requirement that this bridge is moveable/openable to allow navigation of the river by traffic both up and down stream. In addition, the historic and protected granite quay walls will require conservation works and adequate protection during construction.

    II.1.6)

    Common procurement vocabulary (CPV)

    Main vocabulary
    71322300   Bridge-design services
    Supplementary vocabulary
    71311000   Civil engineering consultancy services
    71312000   Structural engineering consultancy services
    71317200   Health and safety services
    71322000   Engineering design services for the construction of civil engineering works
    II.1.7)

    Information about Government Procurement Agreement (GPA)

    The contract is covered by the Government Procurement Agreement (GPA):  yes
    II.1.8)

    Lots

    This contract is divided into lots:  no
    II.1.9)

    Information about variants

    Variants will be accepted:  no
    II.2)

    Quantity or scope of the contract

    II.2.1)

    Total quantity or scope:

    The Contracting Authority is seeking to establish a multi-operator framework agreement for the provision of integrated design team services for opening bridges for the Dublin Docklands Area.

    The framework agreement will be established with a minimum of three (3) and a maximum of five (5) economic operators comprising the following disciplines;

    (a) Civil & Structural Engineering Services and associated specialist skills;

    (b) Architectural Services and associated specialist skills;

    (c) Mechanical & Electrical Engineering Services;

    (d) Quantity Surveying Services and associated skills;

    (e) Planning Consultancy Services and associated skills, and

    (f) Project Supervisor for the Design Process.

    The Integrated Design Team will be responsible for providing all construction related technical advice and design services to the Contracting Authority in respect of any contract awarded under the framework agreement.

    The maximuim estimated value of services over the lifetime of the framework is in the region of €5 million. The framework will be established for a period of four (4) years. For the avoidance of doubt, the period for delivery of any contracts awarded under the framework may extend beyond that date of expiry of the framework agreement.

    II.2.2)

    Information about options

    Options: no
    II.2.3)

    Information about renewals

    This contract is subject to renewal: no

    Section III: Legal, economic, financial and technical information

    III.1)

    Conditions relating to the contract

    III.1.4)

    Other particular conditions

    The performance of the contract is subject to particular conditions: no
    III.2)

    Conditions for participation

    III.2.1)

    Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers

    Information and formalities necessary for evaluating if the requirements are met:

    Please see tender documents available from www.etenders.gov.ie

    III.2.2)

    Economic and financial ability

    Information and formalities necessary for evaluating if the requirements are met:

    Please see tender documents available from www.etenders.gov.ie

    Minimum level(s) of standards possibly required:

    Please see tender documents available from www.etenders.gov.ie

    III.2.3)

    Technical capacity

    Information and formalities necessary for evaluating if the requirements are met:

    Please see tender documents available from www.etenders.gov.ie

    Minimum level(s) of standards possibly required:

    Please see tender documents available from www.etenders.gov.ie

    III.3)

    Conditions specific to services contracts

    III.3.1)

    Information about a particular profession

    Execution of the service is reserved to a particular profession: no
    III.3.2)

    Staff responsible for the execution of the service

    Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no

    Section IV: Procedure

    IV.1)

    Type of procedure

    IV.1.1)

    Type of procedure

    Open
    IV.2)

    Award criteria

    IV.2.1)

    Award criteria

    The most economically advantageous tender in terms of , the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
    IV.2.2)

    Information about electronic auction

    An electronic auction will be used: no
    IV.3)

    Administrative information

    IV.3.1)

    File reference number attributed by the contracting authority

    RFT91640

    IV.3.2)

    Previous publication(s) concerning the same contract

    no
    IV.3.3)

    Conditions for obtaining specifications and additional documents or descriptive document

    Payable documents: no
    IV.3.4)

    Time limit for receipt of tenders or requests to participate

    17.04.2015 - 12:00
    IV.3.6)

    Language(s) in which tenders or requests to participate may be drawn up

    [Language_EN], [Language_GA]
    IV.3.7)

    Minimum time frame during which the tenderer must maintain the tender

    [DurationDays]: 365 (from the date stated for receipt of tender)
    IV.3.8)

    Conditions for opening tenders

    Persons authorised to be present at the opening of tenders: no

    Section VI: Complementary information

    VI.1)

    Information about recurrence

    This is a recurrent procurement: no
    VI.2)

    Information about European Union funds

    The contract is related to a project and/or programme financed by European Union funds: no
    VI.3)

    Additional information:

    Additional Information – Dublin City Council

    1. Dublin City Council is subject to the provisions of the Freedom of Information Act (FOI) 1997, 2003. If you consider that any of the information supplied by you is either commercially sensitive or confidential in nature, this should be highlighted and the reasons for the sensitivity specified. In such cases, the relevant material, will in response to the FOI request; be examined in the light of the exemptions provided for in the Acts.

    2. It will be a condition for the award of any contract by Dublin City Council that the successful Tenderer and all sub-contractors (if applicable) produce a valid Tax Clearance Certificate from the Revenue Commissioners in compliance with Circular (43) 2006 (or as amended) and that the certificate will be maintained for the duration of the contract and will be on a 12 month basis. In the case of a non-resident Tenderer, a statement of suitability from the Revenue Commissioners will be required.

    3. Suppliers must register their interest on the eTenders web site (www.etenders.gov.ie) in order to be included on the mailing list for clarifications.

    4. 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.

    5. Please note also that all information relating to attachments, including clarifications and changes, will be published on the Irish Government Procurement Opportunities Portal (www.etenders.gov.ie) only. Registration is free of charge. Dublin City Council will not accept responsibility for information relayed (or not relayed) via third parties.

    6. The contract/framework agreement is primarily for use Environment & Transportation Department, but may also be extended for use by other divisions of Dublin City Council as requirements arise. (Supplies & Services only, NOT Works)

    7. Emailed/faxed/late tenders will not be accepted. Tenderers are asked to include a return address on the packaging.

    8. Tenders may be submitted in English or in the Irish language.

    9. Please note that OJEU contracts are covered by the Government Procurement Agreement (GPA).

    10. Appeals procedure: The body to whom appeals should be addressed is – The High Court, Four Courts, Inns Quay, Dublin 7.

    11. All queries regarding this tender must be emailed to etenders.traffic@dublincity.ie for the attention of Karen Kennedy. Queries must be in question format and must be submitted by email. Responses will be circulated to those candidates/tenderers that have registered an interest in this notice on the Irish Government procurement opportunities portal 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 on the date specified in the Instructions to Tenderers for this notice, to enable issue of responses to all interested parties.

    12. Please note that where documents are made available in both PDF and Word format, in the event that there is any discrepancy between the documents, the PDF version will take precedence.

    VI.4)

    Procedures for appeal

    VI.4.1)

    Body responsible for appeal procedures

    The High Court
    Four Courts, Inns Quay
    Dublin 7
    IE
    Internet address:
     

    Body responsible for mediation procedures

    VI.4.2)

    Lodging of appeals

    Precise information on deadline(s) for lodging appeals:
    VI.4.3)

    Service from which information about the lodging of appeals may be obtained