Contract notice

Information

Published

Date of dispatch of this notice: 28/01/2022

Expire date: 07/03/2022

External Reference: 2022-202241

TED Reference: 2022/S 023-057939

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: Executive Manager
NUTS code:  IE061 -  Dublin
Internet address(es):
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=205305&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

Multiparty framework for Access Consultancy Services. Initial Contract: New-build Residential Development at Dolphin House Phase 1B, Rialto, Dublin 8.
Reference number:  205831
II.1.2)

Main CPV code

71530000  -  Construction consultancy services
II.1.3)

Type of contract

Services
II.1.4)

Short description

The Contracting Authority is seeking to establish a multi operator framework for Access Consultancy Services.
Services required will be for a number of projects.
The projects will be located within the Council's administrative area and will be varied in type, including, new build and refurbishment projects of the following nature: housing (including houses, duplexes and apartments), civic, community, libraries, sports and recreation, and public realm.
II.1.5)

Estimated total value

Value excluding VAT: 500000.00  EUR
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

71530000  -  Construction consultancy services
71317200  -  Health and safety services
71317000  -  Hazard protection and control consultancy services
71315400  -  Building-inspection services
71251000  -  Architectural and building-surveying services
71250000  -  Architectural, engineering and surveying services
71210000  -  Advisory architectural services
II.2.3)

Place of performance

NUTS code:  IE061 -  Dublin
NUTS code:  IE -  IRELAND
Main site or place of performance:  
Dublin City Council Administrative Area
II.2.4)

Description of the procurement

The Contracting Authority is seeking to establish a multi operator framework for Access Consultancy Services.
Services required will be required for a number of projects.
The projects will be located within the Council's administrative area and will be varied in type, including, new build and refurbishment projects of the following nature: housing (including houses, duplexes and apartments), civic, community, libraries, sports and recreation, and public realm.
The framework agreement will be established with 8 operators, subject to receipt of a sufficient number of valid tenders.
Framework members will be required to provide Access Consultancy services for stages (i)-(v) of the Capital Works Management Framework or a subset thereof.
As part of the service delivery, framework members will be required to provide Access Consultancy Services through all stages of the project from preliminary stages,design, DAC application, tender production, construction and handover stages including engagement and inspection on site and certification on completion.
The framework will be established for a maximum of 4 years subject to satisfactory annual performance and review, budgetary constraints and government policy.
For the avoidance of doubt the period for the delivery of any contract awarded under the framework may extend beyond the expiry of the framework agreement.
The maximum estimated value of services over the lifetime of the framework is in the region of €500,000 excluding VAT.(fee value)
INITIAL CONTRACT:
The framework agreement will be established on the foot of an initial contract for Access Consultant services for stages (i)-(v) of the CWMF. The project involves the design and delivery of a new build housing scheme for Dublin City Council, as part of a phased regeneration of an existing housing estate, Phase 1B, Dolphin House, Rialto, Dublin 8.
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: 500000.00  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.2.10)

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.1.1)

Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:  For further information please consult the associated documentation available
to download from www.etenders.gov.ie using RFT ID 205831
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
to download from www.etenders.gov.ie using RFT ID 205831

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:  8
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:  07/03/2022
Local time:  13:00
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:  07/03/2022
Local time:  13:00
Place:  
The date and time set out above for the opening of tenders is subject to changes
at the discretion of Dublin City Council

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  yes
Estimated timing for further notices to be published:  
2026
VI.3)

Additional information

Additional Information – Dublin City Council
Please note that this project is subject to funding.
Please note that due to the current COVID-19 pandemic, facilitation of all meetings, site visits, and clarification meetings, as well as assessments of sample products, etc. (as applicable) is severely impacted.
Where possible the Contracting Authority will put in place alternative arrangements such as on-line meetings, etc. Likewise, anticipated dates (closing date for receipt of clarifications or tender submissions) may change. Suppliers will be kept fully up to date at all stages through the eTenders messaging platform.
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. 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.
3. 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.
4. 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.
5. The contract/framework agreement is primarily for use by the City Architects Division, but may also be extended for use by other divisions of Dublin City Council as requirements arise.
6. Emailed/faxed/late tenders will not be accepted.
7. Please note that OJEU contracts are covered by the Government Procurement Agreement (GPA).
8. Appeals procedure: The body to whom appeals should be addressed is – The High Court, Four Courts, Inns Quay, Dublin 7.
9. All queries regarding this tender must be directed to the messaging facility on www.etenders.gov.ie. RFT ID: 205831. Queries must be in question format. Responses will be circulated to those 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 17.00 on 21st of February 2022 to enable issue of responses to all interested parties.
10. 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.
11. For each criterion marked as Response: Declaration Required, applicants must initially provide the Appendices 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.
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

The High Court
Dublin
IE

VI.4.3)

Review procedure

Precise information on deadline(s) for review procedures: 
Please consult your solicitor
VI.4.4)

Service from which information about the review procedure may be obtained

High Court
Dublin
IE