Contract notice

Information

Published

Date of dispatch of this notice: 11/02/2022

Expire date: 14/03/2022

External Reference: 2022-237354

TED Reference: 2022/S 033-085163

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: Mary McQuillan
Telephone: +353 12223574
NUTS code:  IE061 -  Dublin
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=203004&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 for PSDP consultancy Services. Initial Contract: New-build residential development at Phase 1B Dolphin House, Rialto, Dublin 8
Reference number:  RFT 203675
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 wishes to establish a multi party framework for PSDP consultancy services for projects, located within the Councils administrative area including demolition, new build and refurbishment projects of housing, civic, community, commercial, libraries, sports and recreation and public realm types. Full PSDP Consultancy services in accordance with the Safety Health and Welfare at Work Act Construction Regulations 2006-2013 will be required for stages (i)-(v) of the Capital Works Management Framework or a subset thereof. The framework agreement will be established on the foot of an initial contract for PSDP Consultancy services for stages (i)-(v) of the CWMF. The project involves the design and delivery of a new build housing scheme, as part of a phased regeneration of an existing housing estate, comprising c.25 no. new-build apartment and duplex homes in a 3-5 storey building over undercroft car parking. The estimated construction value is €11m incl VAT
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)

71000000  -  Architectural, construction, engineering and inspection services
71200000  -  Architectural and related services
71300000  -  Engineering services
71500000  -  Construction-related services
II.2.3)

Place of performance

NUTS code:  IE061 -  Dublin
II.2.4)

Description of the procurement

The Contracting Authority is seeking to establish a multi operator framework for PSDP Consultancy Services in accordance with the SHWW Act and the Construction Regulations2006-2013. Services will be required for a number of projects and types, including demolition projects and new build and refurbishment projects, housing, civic, community, libraries, sports and recreation and public realm, located within the Council's administrative area. 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 full PSDP Consultancy services for stages (i)-(v) of the CWMF or a subset thereof. The framework will be established for a period up to 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 PSDP Consultancy 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. The development comprises c.25 no. new-build apartment and duplex homes in a 3-5 storey building over undercroft carparking. The new development will have street frontage on two sides and will enclose a courtyard shared with existing residential development. Generally the duplex units have 'own door' access, while the apartments are served by a common stair and lift core. The estimated construction value of the initial project is c. €11 million incl. VAT.
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.1.2)

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.2.3)

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:  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:  14/03/2022
Local time:  13:30
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:  14/03/2022
Local time:  13:30
Information about authorised persons and opening procedure:  
The date and time for opening tenders set out above may 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. 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 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 framework agreement is primarily for use by the Housing Department, 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 Tenders may be submitted in English or in the Irish language.
8. Please note that OJEU contracts are covered by the Government Procurement Agreement (GPA).. Appeals procedure: The body to whom appeals should be addressed is – The High Court, Four Courts, Inns Quay, Dublin 7.
10. All queries regarding this expression of interest/tender must be directed to the messaging facility on www.etenders.gov.ie. RFT ID: 203675 Queries must be in question format. 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 13.00 hours on Monday 28th February 2022 to enable issue of responses to all interested parties.
11. 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.
12. 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

please consult your solicitor
please consult your solicitor
IE

VI.4.4)

Service from which information about the review procedure may be obtained

please consult your solicitor
please consult your solicitor
IE