Tenders

Ireland-Dublin: Architectural and related services

Official EU reference: 424403-2014

Procurer reference: etenders reference number 90750
Published on: 13/12/2014

Deadline date:16/01/2015

Name of the buying organisation: DUBLIN CITY COUNCIL (N/A)

Summary of the contract
Multi Operator Framework Agreement for Architectural Services in 3 Lots.
The Contracting Authority is seeking to establish three framework
agreements for the provision of architectural services in connection with
a wide variety of projects within the Council’s administrative area,
including new build and refurbishment projects of housing, civic,
community, recreational and public realm natures.
Each framework agreement will be established for a period of one year with
possible annual extensions at the discretion of the Contracting Authority
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 delivery of any contracts awarded under a framework
may extend beyond the date of expiry of that framework agreement.
Framework members will be required to provide architectural design and
associated 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 the following specialist skills:
— Design Team Lead,
— Employer’s Representative for works contracts,
— Design Certifier and Assigned Certifier (under the Building Control
Amendment Regulations 2014),
— Fire Safety Design, and/or
— Universal/Accessibility Design.
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 services only
are not acceptable and will be rejected.
CPV: 71200000, 71317100, 71520000, 71541000.

Full contract details
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1) Name, addresses and contact point(s)
Dublin City Council
N/A
Civic Offices, Wood Quay
8 Dublin
IRELAND
Telephone: +353 12222222
Internet address(es):
Electronic access to information:
http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=83298&B=ETENDERS_SIMPLE
Further information can be obtained from: Please see www.etenders.gov.ie
IRELAND
Specifications and additional documents (including documents for
competitive dialogue and a dynamic purchasing system) can be obtained
from: Please see www.etenders.gov.ie
IRELAND
Tenders or requests to participate must be sent to: Dublin City Council,
City Architects Division,
Block 4 West, Floor 2, Civic Offices, Wood Quay
For the attention of: Luke Fitzgerald
8 Dublin
IRELAND
E-mail: [email protected]
I.2) Type of the contracting authority
Regional or local authority
I.3) Main activity
General public services
I.4) Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting
authorities: no
Section II: Object of the contract
II.1) Description
II.1.1) Title attributed to the contract by the contracting authority:
Multi Operator Framework Agreement for Architectural Services in 3 Lots.
II.1.2) Type of contract and location of works, place of delivery or of
performance
Services
Service category No 12: Architectural services; engineering services and
integrated engineering services; urban planning and landscape engineering
services; related scientific and technical consulting services; technical
testing and analysis services
Main site or location of works, place of delivery or of performance:
Dublin City Council administrative area.
NUTS code IE021
II.1.3) Information about a public contract, a framework agreement or a
dynamic purchasing system (DPS)
The notice involves the establishment of a framework agreement
II.1.4) Information on framework agreement
Framework agreement with several operators
Number of participants to the framework agreement envisaged: 15
Duration of the framework agreement
Duration in years: 4
Estimated total value of purchases for the entire duration of the
framework agreement
Estimated value excluding VAT: 18 000 000 EUR
II.1.5) Short description of the contract or purchase(s)
The Contracting Authority is seeking to establish three framework
agreements for the provision of architectural services in connection with
a wide variety of projects within the Council’s administrative area,
including new build and refurbishment projects of housing, civic,
community, recreational and public realm natures.
Each framework agreement will be established for a period of one year with
possible annual extensions at the discretion of the Contracting Authority
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 delivery of any contracts awarded under a framework
may extend beyond the date of expiry of that framework agreement.
Framework members will be required to provide architectural design and
associated 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 the following specialist skills:
— Design Team Lead,
— Employer’s Representative for works contracts,
— Design Certifier and Assigned Certifier (under the Building Control
Amendment Regulations 2014),
— Fire Safety Design, and/or
— Universal/Accessibility Design.
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 services only
are not acceptable and will be rejected.
II.1.6) Common procurement vocabulary (CPV)
71200000, 71317100, 71520000, 71541000
II.1.7) Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8) Lots
This contract is divided into lots: yes
Tenders may be submitted for one or more lots
II.1.9) Information about variants
Variants will be accepted: no
II.2) Quantity or scope of the contract
II.2.1) Total quantity or scope:
The Contracting Authority is seeking to establish three framework
agreements for the provision of architectural services in connection with
a wide variety of projects within the Council’s administrative area,
including new build and refurbishment projects of housing, civic,
community, recreational and public realm natures.
Each framework agreement will be established for a period of one year with
possible annual extensions at the discretion of the Contracting Authority
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 delivery of any contracts awarded under a framework
may extend beyond the date of expiry of that framework agreement.
Framework members will be required to provide architectural design and
associated 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 the following specialist skills:
— Design Team Lead,
— Employer’s Representative for works contracts,
— Design Certifier and Assigned Certifier (under the Building Control
Amendment Regulations 2014),
— Fire Safety Design, and/or
— Universal/Accessibility Design.
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 services only
are not acceptable and will be rejected.
2.2 Lots.
The service requirements are divided into three lots as follows:
Lot 1 Multi-operator framework agreement for architectural services for
projects of an est. construction value of EUR 1 000 000 — EUR 5 000 000
(ex. VAT).
Lot 2 Multi-operator framework agreement for architectural services for
projects of an est. construction value of EUR 5 000 000 — EUR 10 000 000
(ex. VAT).
Lot 3 Multi-operator framework agreement for architectural services for
projects of an est. construction value in excess of EUR 10 000 000 (ex.
VAT).
While Applicants may apply for one, several or all lots, they may only be
admitted to one framework agreement. Therefore, following the evaluation
of tenders received at stage 2 of this competition, where a tenderer has
been deemed successful in more than one lot, the Contracting Authority
will ask that tenderer to confirm their preferred choice of lot before
finalising the award decision.
Applicants are advised that Dublin City Council will shortly commence a
separate public procurement process for the establishment of a panel of
architectural services for projects of an estimated construction value of
less than EUR 1 000 000 (ex. VAT). Interested parties are advised to
monitor the Irish Government Public Procurement Opportunities Portal
www.etenders.gov.ie for further information.
Estimated value excluding VAT: 18 000 000 EUR
II.2.2) Information about options
Options: no
II.2.3) Information about renewals
This contract is subject to renewal: no
Information about lots
Lot No: 1
Lot title: Projects with estimated construction value of 1-5 000 000 EUR
1) Short description
Architectural Services for stages (i) to (v) of the Capital Works
Management Framework, or a subset thereof.
Specialist skills required from the Architect are Design Team Lead,
Employer’s Representative for works contract, Design Certifier and
Assigned Certifier (under the Building Control Amendment Regulations
2014), Fire Safety Design, and Universal/Accessibility Design.
2) Common procurement vocabulary (CPV)
71200000, 71317100, 71520000, 71541000
5) Additional information about lots
The Contracting Authority is seeking to establish a multi-operator
framework agreement for the provision of architectural services for
projects of an estimated construction value of EUR 1 000 000 — EUR 5 000
000 (ex. VAT).
The projects will be located within the Council’s administrative area and
will be varied in nature, including new build and refurbishment projects
of housing, civic, community, recreational and public realm natures.
The framework agreement will be established with 5 operators, subject to
the receipt of a sufficient number of valid tenders.
Framework members will be required to provide architectural design and
associated 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 the specialist skills as described in
section 1.4 of this Suitability Assessment Questionnaire.
The maximum estimated value of services over the lifetime of the framework
is in the region of EUR 4 000 000 (ex VAT).
Initial contract:
The framework agreement will be established on foot of an initial contract
for Architectural Services for stages (i) to (v) of the Capital Works
Management Framework.
Specialist skills required will be Design Team Lead, Employer’s
Representative for works contract, Design Certifier and Assigned Certifier
(under the Building Control Amendment Regulations 2014), Fire Safety
Design, and Universal/Accessibility Design.
The project involves an energy retro-fit and refurbishment of an existing
social housing flats development for Dublin City Council Housing and
Residential Services, within Dublin City Council’s Administrative Area.
The project will comprise upgrading works to the external and internal
building fabric, services installation and utilities infrastructure as
well as precinct improvements and public realm works. The estimated
construction value is EUR 3 000 000 (excl VAT).
Lots:
This is one of 3 lots being advertised by the Contracting Authority. As
stated in the Project Information Summary attached to the contract notice,
Applicants may apply for one, several or all lots but they may only be
admitted to one framework agreement.
Lot No: 2
Lot title: Projects with estimated construction value of 5-10 000 000 EUR
1) Short description
Architectural Services for stages (i) to (v) of the Capital Works
Management Framework, or a sub- set thereof. Specialist skills required
from the Architect are Design Team Lead, Employer’s Representative for
works contract, Design Certifier and Assigned Certifier (under the
Building Control Amendment Regulations 2014), Fire Safety Design, and
Universal/Accessibility Design.
2) Common procurement vocabulary (CPV)
71200000, 71317100, 71520000, 71541000
5) Additional information about lots
The Contracting Authority is seeking to establish a multi-operator
framework agreement for the provision of architectural services for
projects of an estimated construction value of EUR 5 000 000 — EUR 10 000
000 (ex. VAT).
The projects will be located within the Council’s administrative area and
will be varied in nature, including new build and refurbishment projects
of housing, civic, community, recreational and public realm natures.
The framework agreement will be established with 5 operators, subject to
the receipt of a sufficient number of valid tenders.
Framework members will be required to provide architectural design and
associated 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 the specialist skills as described in
section 1.4 of this Suitability Assessment Questionnaire.
The maximum estimated value of services over the lifetime of the framework
is in the region of EUR 6 000 000 (ex VAT).
Initial contract:
The framework agreement will be established on foot of an initial contract
for Architectural Services for stages (iib) to (v) of the Capital Works
Management Framework.
Specialist skills required will be Design Team Lead, Employer’s
Representative for works contract, Design Certifier and Assigned Certifier
(under the Building Control Amendment Regulations 2014), and
Universal/Accessibility Design.
The project is for a new build apartment development with approximately 30
no. units for Dublin City Council Housing and Residential Services on a
brown field inner city site. The project has a Part VIII Planning
Permission (dated 2009) which may need to be reviewed, dependent on the
outcome of detailed design and legislative changes since Planning was
granted. The estimated construction value of the site is approximately EUR
6 000 000 (excl VAT).
Lots:
This is one of 3 lots being advertised by the Contracting Authority. As
stated in the Project Information Summary attached to the contract notice,
Applicants may apply for one, several or all lots but they may only be
admitted to one framework agreement.
Lot No: 3
Lot title: Projects with estimated construction value greater than 10 000
000 EUR
1) Short description
Architectural Services for stages (i) to (v) of the Capital Works
Management Framework, or a sub- set thereof.
Specialist skills required from the Architect are Design Team Lead,
Employer’s Representative for works contract, Design Certifier and
Assigned Certifier (under the Building Control Amendment Regulations
2014), Fire Safety Design, and Universal/Accessibility Design.
2) Common procurement vocabulary (CPV)
71200000, 71317100, 71520000, 71541000
5) Additional information about lots
The Contracting Authority is seeking to establish a multi-operator
framework agreement for the provision of architectural services for
projects of an estimated construction value in excess of EUR 10 000 000
(ex. VAT).
The projects will be located within the Council’s administrative area and
will be varied in nature, including new build and refurbishment projects
of housing, civic, community, recreational and public realm natures.
The framework agreement will be established with 5 operators, subject to
the receipt of a sufficient number of valid tenders.
Framework members will be required to provide architectural design and
associated 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 the specialist skills as described in
section 1.4 of this Suitability Assessment Questionnaire.
The maximum estimated value of services over the lifetime of the framework
is in the region of EUR 8 000 000 (ex VAT).
Initial contract:
The framework agreement will be established on foot of an initial contract
for Architectural Services for stages (iib) to (v) of the Capital Works
Management Framework.
Specialist skills required will be Design Team Lead, Employer’s
Representative for works contract, Design Certifier and Assigned Certifier
(under the Building Control Amendment Regulations 2014), and
Universal/Accessibility Design.
The project is for a new build mixed use development in the inner city,
comprising social housing, commercial units, a community centre and
ancillary car parking, public realm and infrastructural works for Dublin
City Council. It is anticipated that Planning will be in place before the
consultant is appointed and services will be required to develop the
design, through from post planning stage to handover stages. There are 73
no housing units in the design. The estimated construction value is EUR 23
000 000 (excl VAT).
Lots:
This is 1 of 3 lots being advertised by the Contracting Authority. As
stated in the Project Information Summary attached to the contract notice,
Applicants may apply for 1, several or all lots but they may only be
admitted to one framework agreement.
Section III: Legal, economic, financial and technical information
III.1) Conditions relating to the contract
III.1.4) Other particular conditions
The performance of the contract is subject to particular conditions: no
III.2) Conditions for participation
III.2.1) Personal situation of economic operators, including requirements
relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements
are met: Please refer to tender documents on www.etenders.gov.ie for
information.
III.2.2) Economic and financial ability
Information and formalities necessary for evaluating if the requirements
are met: Please refer to tender documents on www.etenders.gov.ie for
information.
Minimum level(s) of standards possibly required: Please refer to tender
documents on www.etenders.gov.ie for information.
III.2.3) Technical capacity
Information and formalities necessary for evaluating if the requirements
are met:
Please refer to tender documents on www.etenders.gov.ie for information.
Minimum level(s) of standards possibly required:
Please refer to tender documents on www.etenders.gov.ie for information.
III.3) Conditions specific to services contracts
III.3.1) Information about a particular profession
Execution of the service is reserved to a particular profession: no
III.3.2) Staff responsible for the execution of the service
Legal persons should indicate the names and professional qualifications of
the staff responsible for the execution of the service: no
Section IV: Procedure
IV.1) Type of procedure
IV.1.1) Type of procedure
Restricted
IV.1.2) Limitations on the number of operators who will be invited to
tender or to participate
Envisaged number of operators: 15
IV.2) Award criteria
IV.2.1) Award criteria
The most economically advantageous tender in terms of the criteria stated
in the specifications, in the invitation to tender or to negotiate or in
the descriptive document
IV.2.2) Information about electronic auction
An electronic auction will be used: no
IV.3) Administrative information
IV.3.1) File reference number attributed by the contracting authority:
etenders reference number 90750
IV.3.2) Previous publication(s) concerning the same contract
no
IV.3.3) Conditions for obtaining specifications and additional documents
or descriptive document
Payable documents: no
IV.3.4) Time limit for receipt of tenders or requests to participate
16.1.2015 – 12:00
IV.3.6) Language(s) in which tenders or requests to participate may be
drawn up
English. Irish.
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement: no
VI.2) Information about European Union funds
The contract is related to a project and/or programme financed by European
Union funds: no
VI.3) Additional information
Additional Information — Dublin City Council.
1. Dublin City Council is subject to the provisions of the Freedom of
Information Act (FOI) 1997, 2003. 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. Emailed/faxed/late tenders will not be accepted. Tenderers are asked to
include a return address on the packaging.
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).
9. 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 tender must be emailed to
[email protected] for the attention of Luke Fitzgerald.
Queries must be in question format and must be submitted by email.
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 9:00 am, Irish
time, on Monday 5.1.2015 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.
VI.4) Procedures for appeal
VI.4.1) Body responsible for appeal procedures
The High Court
The Four Courts, Inns Quay
7 Dublin
IRELAND
VI.5) Date of dispatch of this notice:
9.12.2014

Classification of the contract
71200000 Architectural and related services
71317100 Fire and explosion protection and control consultancy services
71520000 Construction supervision services
71541000 Construction project management services

Show More

Floors Magazine

Floorinsite.com brings you daily flooring news, features, tenders, events, jobs and everything in-between.

Related Articles

Back to top button