Contract notice

Information

Published

Date of dispatch of this notice: 29/03/2019

Expire date: 03/05/2019

External Reference: 2019-224951

TED Reference: 2019/S 066-154734

Contract notice

[NoticeContract]

[Directive201424]

[Section1]: [Ca]

I.1)

[NameAddressContact]

Dublin City Council
N/A
Culture, Recreation & Economic Services
Block 4, Ground Floor, Civic Offices, Wood Quay, Dublin 8
Dublin
IE
[Internets]:
I.3)

[InfoTendering]

[AddressObtainDocs]:  
http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=144491&B=ETENDERS_SIMPLE
[AddressFurtherinfo]
[AsContactsAbove]:  
[AddressSendTendersRequest]
[AddressSendTendersRequest]
[AddressToAbove]
I.4)

[CaType]

[MaintypeLocalauth]
I.5)

[Mainactivity]

[MainactivGeneral]

[Section2]: [Object]

II.1)

[QuantityScopeContract]

II.1.1)

[TitleContract]

Establishment of a Multi-Party Framework Agreement for Integrated Design Team Services with the Initial Contract for Tearooms at New Street South, Dublin 8
[Fileref]:  148448
II.1.2)

[CpvMain]

71200000  - 
II.1.3)

[TypeContract]

[Services]
II.1.4)

[DescrShort]

Dublin City Council is seeking to establish a multi-party framework agreement for architect led integrated design team services. The framework agreement will be established with eight economic operators comprising the following disciplines:
(a) Architectural Services (incl. design team lead)
(b) Grade 1 Conservation Architect Services
(c) Civil & Structural Engineering Services,
(d) Quantity Surveying Services,
(e) Building Services Engineering (incl. building energy rating)
(f) Landscape Architectural Services
(g) Project Supervisor for the Design Process
It is envisaged that the top 12 scoring Applicants (subject to the quality and number of Suitability Assessment Questionnaires (SAQs) received) who also meet the minimum criteria and rules for selection will be invited to tender.
Please see the tender documents available at www.etenders.gov.ie. (RFT ID 148448) for full details.
II.1.5)

[ValueMagnitudeEstimatedTotal]

[ValueExclVat]: 5000000.00  EUR
II.1.6)

[LotsInfo]

[DivisionLots]: [No]
II.2)

[Description]

II.2.2)

[CpvAdditional]

71000000  - 
71210000  - 
71220000  - 
71221000  - 
71240000  - 
71300000  - 
71311000  - 
71312000  - 
71315210  - 
71317200  - 
71317210  - 
71320000  - 
71321000  - 
71322000  - 
71322100  - 
71324000  - 
71400000  - 
71420000  - 
71222000  - 
II.2.4)

[DescrProcurement]

Dublin City Council is seeking to establish a multi-party framework agreement for architect led integrated design team services with the initial contract for the development of tearooms at New Street South, Dublin 8. The framework agreement will be established with eight economic operators comprising the following disciplines:
(a) Architectural Services (incl. design team lead, fire safety design services, disability access design services, employer’s representative for the Works Contract, design certifier and assigned certifier services as defined under the Building Control (Amendment) Regulations 2014.
(b) Grade 1 Conservation Architect Services
(c) Civil & Structural Engineering Services,
(d) Quantity Surveying Services,
(e) Building Services Engineering (incl. building energy rating)
(f) Landscape Architectural Services
(g) Project Supervisor for the Design Process
The architectural services consultant will be the design team lead and will act as the single point of contractual responsibility, with the remaining key disciplines providing collateral warranties for the benefit of the Contracting Authority.
Only those Applicants capable of delivering all of the services listed above (whether in-house or as a grouping/consortium) will be considered. Therefore, applications relation to one or several of these disciplines only are not acceptable and will be rejected.
It is envisaged that the top 12 scoring Applicants (subject to the quality and number of Suitability Assessment Questionnaires (SAQs) received) who also meet the minimum criteria and rules for selection will be invited to tender.
The multi-party framework agreement will be established on foot of an initial contract for whole stages (Stage (i) Preliminary – Stage (v) Handover of Works) delivery of professional service in relation to the development of tearooms at New Street South Dublin.
Please see the tender documents available at www.etenders.gov.ie. (RFT ID 148448) for full details.
II.2.5)

[AwardCriteria]

[AwardCriteriaDescriptive]
II.2.6)

[ValueMagnitudeEstimated]

[ValueExclVat]: 5000000.00  EUR
II.2.7)

[DurationContractFrameworkDps]

[DurationMonths]: 48
[RenewalsSubject]: [Yes]
[RenewalsDescr]:  
The period of the framework agreements will be for a period of 1 year with an option to extend annually up to a maximum of four (4) years. For the avoidance of doubt, the period for delivery of any contracts awarded under the framework may extend beyond the date of expiry of the framework agreement.
II.2.9)

[LimitOperators]

[EnvisagedNumber]: 12
II.2.10)

[VariantsInfo]

[VariantsAccepted]: [No]
II.2.11)

[OptionsInfo]

[Options]: [No]
II.2.13)

[EuProgrInfo]

[EuProgrRelated]: [No]

[Section3]: [InfoLegal]

III.1)

[ConditionsParticip]

III.1.2)

[EconomicFinancialStanding]

[CriteriaSelectionDocs]
III.1.3)

[TechnicalCapacity]

[CriteriaSelectionDocs]
III.2)

[ConditionsContract]

III.2.2)

[OtherConditions]

Please see tender documents available to download from www.etenders.gov.ie RFT ID: 148448

[Section4]: [Procedure]

IV.1)

[Description]

IV.1.1)

[TypeProcedure]

[ProctypeRestricted]
IV.1.3)

[FrameworkContractDpsInfo]

[NoticeInvolvesFramework]
[FrameworkSeveral]
[FrameworkParticipEnvis]:  8
IV.1.8)

[GpaInfo]

[GpaCovered] : [Yes]
IV.2)

[InfoAdmin]

IV.2.2)

[LimitReceiptTendersReqPart]

[Date]:  03/05/2019
[Time]:  12:00
IV.2.4)

[LanguagesAllowed]

[Language_EN], [Language_GA]
IV.2.6)

[MinTimeMaintain]

[DurationMonths] : 12  ([FromStatedDate])

[Section6]: [InfoComplement]

VI.1)

[RecurrenceInfo]

[RecurrentProcurement]:  [Yes]
[FurtherNoticesTiming]:  
4 years
VI.2)

[InfoEworkflow]

[EinvoicingUsed]
[EpaymentUsed]
VI.3)

[InfoAdditional]

1. Dublin City Council is subject to the provisions of the Freedom of Information Act (FOI) 2014. 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 Act.
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. Emailed/faxed/late tenders will not be accepted.
7. Suppliers should note the following when making their submission:
• To enable submission of multiple documents concurrently, download and 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 document. Documents larger than this should be divided into smaller files prior to upload.
• Should you experience difficulty when uploading documents please contact the eTenders Support Desk for technical assistance. Email etenders@eu-supply.com or Telephone: 353 (0) 21 243 92 77 (09:00am – 17:30pm GMT)
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 requirement or process must be submitted through the Irish Government Procurement Opportunities Portal www.etenders.gov.ie (RFT ID: 148448) as a specific question. Responses will be circulated to those candidates/tenderers that have registered an interest in this notice on www.etenders.gov.ie. The details of the person making a query will not be disclosed when circulating the response. All queries must be submitted by 12 noon on 23rd April, 2019 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)

[AppealsProcedure]

VI.4.1)

[AppealsBody]

The High Court
Chief Registrar, High Court, Inns Quay
Dublin
Dublin 7
IE
[AddressPhone]: +353 18886000

VI.4.3)

[AppealsLodging]

[AppealsDeadline]: 
Please contact your solicitor.