Contract notice

Information

Published

Date of dispatch of this notice: 28/10/2022

Expire date: 09/12/2022

External Reference: 2022-253189

TED Reference: 2022/S 211-608070

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

The Digital Hub Development Agency
N/A
DHDA, Roe Lane (Off Thomas Street), Dublin 8
Dublin
D08 TCV4
IE
Contact person: Tom Wesley
Telephone: +353 12776999
NUTS code:  IE -  IRELAND
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=227786&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

Body governed by public law
I.5)

Main activity

Other activity:  Technology and Digital Media Enterprise

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Multi Supplier Framework Agreement for the provision of Fire Consultancy Services
Reference number:  DHDA Fire 1
II.1.2)

Main CPV code

71317100  -  Fire and explosion protection and control consultancy services
II.1.3)

Type of contract

Services
II.1.4)

Short description

The Contracting Authority proposes to establish a Multi-Party Framework Agreement for 4 years from commencement with the Contracting Authority having the option of extending the agreement for further periods of two (2) years, and a further one (1) year, subject to the satisfactory performance of the tenderer.
Fire services are anticipated to support works involving repairs and refurbishment of existing buildings, including protected structures. However, over the course of the Framework other projects may be required including new or replacement buildings and structures.
II.1.5)

Estimated total value

Value excluding VAT: 700000.00  EUR
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

71315400  -  Building-inspection services
71631300  -  Technical building-inspection services
75251110  -  Fire-prevention services
II.2.3)

Place of performance

NUTS code:  IE061 -  Dublin
NUTS code:  IE06 -  Eastern and Midland
NUTS code:  IE0 -  IRELAND
NUTS code:  IE -  IRELAND
II.2.4)

Description of the procurement

The Contracting Authority proposes to establish a Multi-Party Framework Agreement for 4 years from commencement with the Contracting Authority having the option of extending the agreement for further periods of two (2) years, and a further one (1) year, subject to the satisfactory performance of the tenderer.
Fire services are anticipated to support works involving repairs and refurbishment of existing buildings, including protected structures. However, over the course of the Framework other projects may be required including new or replacement buildings and structures.
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: 700000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48
This contract is subject to renewal: yes
Description of renewals:  
The Contracting Authority reserves the right, at its discretion, to extend the Term for up to 2 further periods of two (2) years and then one (1) year, such extension or extensions on the same terms and conditions, subject to the Contracting Authority’s obligations at law. The Term will not exceed seven (7) years in aggregate.
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:  3
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:  09/12/2022
Local time:  12:00
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English
IV.2.6)

Minimum time frame during which the tenderer must maintain the tender

Duration in months : 6  (from the date stated for receipt of tender)
IV.2.7)

Conditions for opening of tenders

Date:  09/12/2022
Local time:  12:00

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.3)

Additional information

All tenderers will be evaluated on the basis of the information submitted in response to this notice
(All criteria have a minimum standard). The submission of the apparently successful tenderer may be validated prior to awarding the contract.
The contract will be awarded on the basis of the criteria set out in Section 3.2 of the RFT.
The scope of works requirements may be extended to include additional works of a similar nature at the discretion of the Contracting Authority.
It is a condition precedent to the award of the Contract that the successful Tenderer will provide a current tax clearance certificate or in the case of a non-resident Tenderer a statement of suitability on tax grounds from the Revenue Commissioners of Ireland.
VI.4)

Procedures for review

VI.4.1)

Review body

Digital Hub Development Agency
Digital Hub Development Agency, The Digital Hub, Dublin 8, D08 TCV4, Ireland.
Dublin
D08 TCV4
IE