Contract notice

Information

Published

Date of dispatch of this notice: 26/10/2022

Expire date: 02/12/2022

External Reference: 2022-252934

TED Reference: 2022/S 210-602901

Contract notice

[NoticeContract]

[Directive201424]

[Section1]: [Ca]

I.1)

[NameAddressContact]

Dublin City Council
N/A
Civic Offices, Wood Quay
Dublin 8
Dublin
IE
[Contactpoint]: Peter Finnegan
[AddressPhone]: +353 2225095
[AddressFax]: +353 2222999
[Nutscode]:  IE061 -  Dublin
[Internets]:
[UrlGeneral]: www.dublincity.ie

I.3)

[InfoTendering]

[AddressObtainDocs]:  
http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=222702&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]

Civil and Structural Engineering Consultancy Services
[Fileref]:  222165
II.1.2)

[CpvMain]

71312000  - 
II.1.3)

[TypeContract]

[Services]
II.1.4)

[DescrShort]

The Contracting Authority is seeking to establish a multiparty framework agreement for civil and structural engineering consultancy services for projects within the functional area of Dublin City Council. The projects for which services will be procured under this Framework will be in excess of €5million project value.
II.1.5)

[ValueMagnitudeEstimatedTotal]

[ValueExclVat]: 5000000.00  EUR
II.1.6)

[LotsInfo]

[DivisionLots]: [No]
II.2)

[Description]

II.2.2)

[CpvAdditional]

71000000  - 
71300000  - 
71310000  - 
71311000  - 
II.2.3)

[PlacePerformance]

[Nutscode]:  IE061 -  Dublin
[MainsiteplaceWorksDelivery]:  
Dublin City Council Administrative Area
II.2.4)

[DescrProcurement]

The Contracting Authority is seeking to establish a multiparty framework agreement for civil and structural engineering consultancy services for projects within the functional area of Dublin City Council. The projects for which services will be procured under this Framework will be in excess of €5million project value.
The projects will be varied in size and nature and may include demolition and enabling works projects, as well as new build and refurbishment projects of social housing, civic, community, commercial, libraries, sports and recreation, public realm. Framework members will be required to provide full Civil and Structural Engineering Consultancy Services for stages (i)-(v) of the Capital Works Management Framework or a subset thereof or comparable construction contract suites.
As part of the service delivery, framework members will also be required to provide the following skills:
-Ancillary Certification for BC(A)R in accordance with the Code of Practice for inspecting and certifying buildings 2013-2016
-Designer under the SHWW Act 2005 and Construction Regulations 2006-2013 plus amendments.
The following specialist skills are envisaged to be required as part of the civil and structural engineering services on larger projects. These may be delivered in-house or by a sub-consultant or specialist employed by the Civil and Structural engineer:
- Transport Planning
- Flood risk assessment
- Environmental assessment of sites
- Geotechnical engineering
It is envisaged that the framework will be established with 6 operators, subject to the receipt of a sufficient number of valid tenders. It is the intention of the Contracting Authority to shortlist approx. 10 No candidates following assessment of the expressions of interest, subject to a number of satisfactory applications, to be invited to tender at stage 2 of the competition.
The framework will be established for a period up to a maximum of 4 years, subject to satisfactory annual performance and review.
II.2.5)

[AwardCriteria]

[AwardCriteriaDescriptive]
II.2.6)

[ValueMagnitudeEstimated]

[ValueExclVat]: 5000000.00  EUR
II.2.7)

[DurationContractFrameworkDps]

[DurationMonths]: 48
[RenewalsSubject]: [No]
II.2.9)

[LimitOperators]

[EnvisagedNumber]: 10
[CriteriaChoosingLimited]:
Please note that this is Stage 1 of a Restricted Procedure and Price will not be considered at this stage. Criteria for assessment will be quality only, with a combination of Pass/Fail and qualitative marks. Please see Procurement documents for full details - RFT ID 222165.
II.2.10)

[VariantsInfo]

[VariantsAccepted]: [No]
II.2.11)

[OptionsInfo]

[Options]: [No]
II.2.13)

[EuProgrInfo]

[EuProgrRelated]: [No]
II.2.14)

[InfoAdditional]

Please see SAQ and Competition Summary Document for full details.

[Section3]: [InfoLegal]

III.1)

[ConditionsParticip]

III.1.1)

[SituationPersonalIncl]

[InfoEvaluatingRequir]:  Please consult Suitability Assessment Questionnaire available to download from www.etenders.gov.ie RFT ID 222165
III.1.2)

[EconomicFinancialStanding]

[CriteriaSelectionDocs]
III.1.3)

[TechnicalCapacity]

[CriteriaSelectionDocs]
III.2)

[ConditionsContract]

[Section4]: [Procedure]

IV.1)

[Description]

IV.1.1)

[TypeProcedure]

[ProctypeRestricted]
IV.1.3)

[FrameworkContractDpsInfo]

[NoticeInvolvesFramework]
[FrameworkSeveral]
[FrameworkParticipEnvis]:  5
IV.1.8)

[GpaInfo]

[GpaCovered] : [Yes]
IV.2)

[InfoAdmin]

IV.2.2)

[LimitReceiptTendersReqPart]

[Date]:  02/12/2022
[Time]:  12:00
IV.2.3)

[DateDispatchTenderParticipate]

[Date]: 05/01/2023
IV.2.4)

[LanguagesAllowed]

[Language_EN], [Language_GA]
IV.2.6)

[MinTimeMaintain]

[DurationMonths] : 6  ([FromStatedDate])

[Section6]: [InfoComplement]

VI.1)

[RecurrenceInfo]

[RecurrentProcurement]:  [No]
VI.2)

[InfoEworkflow]

[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 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 framework agreement is primarily for use by the Technical Support Division, Environment and Transportation Department, but may also be extended for use by other divisions of Dublin City Council as requirements arise.
7. Emailed/faxed/late tenders will not be accepted. Tenders may be submitted in English or in the Irish language.
8. All queries regarding this tender must be submitted through the etenders messaging facility, RFT ID 222165. 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 16th November 2022 at 12.00 noon to enable issue of responses to all interested parties.
9. 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]: 
The Framework is covered by the application of the Remedies Directive and the relevant standstill period applied at time of notification.