It is intended to set up a Multi-Party Framework agreement in 2 Lots for the provision of Quantity Surveying Services on work projects to encompass residential (excluding residential included in Housing Strategy 2020), commercial, civils, leisure and municipal projects to include new works and refurbishment works. The service required may be full or partial service, Applicants will be required to apply individually for each Lot, and must submit separate Suitability Assessment Questionnaires for each Lot. Lot 1 is for Quantity Surveying Services on Type 2 works projects as defined in Form QC1, which are in the value range not exceeding Euro 5,000,000. Lot 2 is for Quantity Surveying Services on Type 3 works projects as defined in Form QC1, which are in the value range exceeding 5 000 000 EUR Please see Suitability Assessment Questionnaires available for download at www.etenders.gov.ie (RFT ID: 95362).
Deadline
The time limit for receipt of tenders was 2016-12-16.
The procurement was published on 2016-11-15.
Suppliers
The following suppliers are mentioned in award decisions or other procurement documents:
Contract notice (2016-11-15) Object Scope of the procurement
Title: Quantity surveying services
Reference number: 95362
Short description:
โIt is intended to set up a Multi-Party Framework agreement in 2 Lots for the provision of Quantity Surveying Services on work projects to encompass...โ
Short description
It is intended to set up a Multi-Party Framework agreement in 2 Lots for the provision of Quantity Surveying Services on work projects to encompass residential (excluding residential included in Housing Strategy 2020), commercial, civils, leisure and municipal projects to include new works and refurbishment works. The service required may be full or partial service, Applicants will be required to apply individually for each Lot, and must submit separate Suitability Assessment Questionnaires for each Lot.
Lot 1 is for Quantity Surveying Services on Type 2 works projects as defined in Form QC1, which are in the value range not exceeding Euro 5,000,000.
Lot 2 is for Quantity Surveying Services on Type 3 works projects as defined in Form QC1,
which are in the value range exceeding 5 000 000 EUR
Please see Suitability Assessment Questionnaires available for download at www.etenders.gov.ie (RFT ID: 95362).
Show more Notice metadata
Original language: English ๐ฃ๏ธ
Document type: Contract notice
Nature of contract: Services
Regulation: European Union, with participation of GPA countries
Common procurement vocabulary (CPV)
Code: Quantity surveying services๐ฆ
Additional CPV: Quantity surveying services๐ฆ Place of performance
NUTS region: ie021 ๐๏ธ
Procedure
Procedure type: Restricted procedure
Type of bid: Submission for all lots
Award criteria
Lowest price
โ1. Dublin City Council (DCC) is subject to the provisions of the Freedom of Information Act (FOI) 2014. If you consider that any of the information supplied...โ
Additional information
1. Dublin City Council (DCC) 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 DCC 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 โor equivalentโ 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. DCC will not accept responsibility for information relayed (or not relayed) via third parties.
6. The framework agreement is primarily for use by the bodies outlined in eTenders contract notice RFT ID 95362.
7. Emailed/faxed/late submissions will not be accepted. Tenderers are asked to include a return address on the packaging.
8. Tenders may be submitted in English or in the Irish language.
9. Please note that OJEU contracts are covered by the Government Procurement Agreement.
10. Appeals procedure: The body to whom appeals should be addressed is โ The High Court, Four Courts, Inns Quay, Dublin 7.
11. All queries regarding this tender must be made via the eTenders website portal. 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 12 pm (Irish Time) on 09th December 2016 to enable issue of responses to all interested parties.
12. 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.
13. 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.
Object Scope of the procurement
Short description:
โIt is intended to set up a Multi-Party Framework agreement in 2 Lots for the provision of Quantity Surveying Services on work projects to encompass...โ
Short description
It is intended to set up a Multi-Party Framework agreement in 2 Lots for the provision of Quantity Surveying Services on work projects to encompass residential (excluding residential included in Housing Strategy 2020), commercial, civils, leisure and municipal projects to include new works and refurbishment works. The service required may be full or partial service, Applicants will be required to apply individually for each Lot, and must submit separate Suitability Assessment Questionnaires for each Lot.
โLot 1 is for Quantity Surveying Services on Type 2 works projects as defined in Form QC1, which are in the value range not exceeding Euro 5,000,000.โ Show more (3) โLot 2 is for Quantity Surveying Services on Type 3 works projects as defined in Form QC1,โ
โwhich are in the value range exceeding 5 000 000 EURโ
โPlease see Suitability Assessment Questionnaires available for download at www.etenders.gov.ie (RFT ID: 95362).โ
Estimated total value: 3 500 000 EUR ๐ฐ
Title of the lot: Multi Party Framework Agreement for Quantity Surveying Services for 4 Dublin Local Authorities and Irish Council of Social Housing of Approved Housing Bodies, With a project value < 5 000 000 EUR
Lot number: 1
Short description:
โLot 1 Multi Party Framework Agreement for Quantity Surveying Services for Dublin Local Authorities and Irish Council of Social Housing of Approved Housing...โ
Short description
Lot 1 Multi Party Framework Agreement for Quantity Surveying Services for Dublin Local Authorities and Irish Council of Social Housing of Approved Housing Bodies, Lot 1, Type 2 Projects with a project value < 5 000 000 EUR
Show more
Estimated value excluding VAT: 1 000 000 EUR ๐ฐ
Duration: 36 months
Title of the lot: Multi Party Framework Agreement for 4 Quantity Surveying Services for Dublin Local Authorities and Irish Council of Approved Housing Bodies Type 3 Projects with a project value > 5 000 000 EUR
Lot number: 2
Short description:
โLot 2 Multi Party Framework Agreement for Quantity Surveying Services for 4 Dublin Local Authorities and Irish Council of Approved Housing Bodies, Lot 2,...โ
Short description
Lot 2 Multi Party Framework Agreement for Quantity Surveying Services for 4 Dublin Local Authorities and Irish Council of Approved Housing Bodies, Lot 2, Type 3 Projects with
โa project value > 5 000 000 EURโ
Estimated value excluding VAT: 2 500 000 EUR ๐ฐ
Legal, economic, financial and technical information Conditions for participation
Suitability to pursue the professional activity:
โPlease see Suitability Assessment Questionnaires available for download at www.etenders.gov.ie (RFT ID: 95362).โ
Information about a particular profession: Services
Reference to relevant legislative or regulatory provisions:
โThe use of the title โQuantity Surveyorโ is a statutory requirement under the Building Control Act 2007. The implementation date selected by the Minister of...โ
Reference to relevant legislative or regulatory provisions
The use of the title โQuantity Surveyorโ is a statutory requirement under the Building Control Act 2007. The implementation date selected by the Minister of Environment and Local Government for the registration of title of โQuantity Surveyorโ under the relevant sections of the Act was 1.5.2008. The Society of Chartered Surveyors Ireland (SCSI) is named in the Act as the registration body in this regard.
Procedure
Minimum number of candidates: 5
Maximum number of candidates: 50
Objective criteria for choosing the limited number of candidates:
โPlease see Suitability Assessment Questionnaires available for download at www.etenders.gov.ie (RFT ID: 95362).โ
Number of participants to be contemplated: 50
Time of receipt of tenders: 12:00
Languages in which tenders or requests to participate may be submitted: English ๐ฃ๏ธ
Irish ๐ฃ๏ธ
Tender validity period: 12 months
โ1. Dublin City Council (DCC) is subject to the provisions of the Freedom of Information Act (FOI) 2014. If you consider that any of the information supplied...โ
Additional information
1. Dublin City Council (DCC) 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.
โ2. It will be a condition for the award of any contract by DCC that the successful Tenderer and all sub-contractors (if applicable) produce a valid Tax...โ
Additional information
2. It will be a condition for the award of any contract by DCC 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.
Show more Show more (12) โ3. 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.โ
โ4. Please note in relation to all documents, that where reference is made to a particular standard, make, source, process, trademark, type or patent, that...โ
Additional information
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 โor equivalentโ will always be appended.
โ5. Please note also that all information relating to attachments, including clarifications and changes, will be published on the Irish Government...โ
Additional information
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. DCC will not accept responsibility for information relayed (or not relayed) via third parties.
โ6. The framework agreement is primarily for use by the bodies outlined in eTenders contract notice RFT ID 95362.โ
โ7. Emailed/faxed/late submissions will not be accepted. Tenderers are asked to include a return address on the packaging.โ
โ8. Tenders may be submitted in English or in the Irish language.โ
โ9. Please note that OJEU contracts are covered by the Government Procurement Agreement.โ
โ10. Appeals procedure: The body to whom appeals should be addressed is โ The High Court, Four Courts, Inns Quay, Dublin 7.โ
โ11. All queries regarding this tender must be made via the eTenders website portal. Responses will be circulated to those candidates/tenderers that have...โ
Additional information
11. All queries regarding this tender must be made via the eTenders website portal. 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 12 pm (Irish Time) on 09th December 2016 to enable issue of responses to all interested parties.
โ12. 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...โ
Additional information
12. 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.
โ13. For each criterion marked as Response: Declaration Required, applicants must initially provide the Appendices referenced under each criterion no later...โ
Additional information
13. 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.
โApplicants 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...โ
Additional information
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.
Complementary information Review body
Name: The High Court
Postal address: Chief Registrar, Four Courts, Inns Quay
Postal town: Dublin
Postal code: 7
Country: Ireland ๐ฎ๐ช
E-mail: info@courts.ie๐ง
Information about review deadlines:
โPlease contact your solicitor.โ
Source: OJS 2016/S 222-404516 (2016-11-15)
Contract award notice (2020-02-19) Object Scope of the procurement
Short description:
โIt is intended to set up a multi-party framework agreement in 2 lots for the provision of quantity surveying services on work projects to encompass...โ
Short description
It is intended to set up a multi-party framework agreement in 2 lots for the provision of quantity surveying services on work projects to encompass residential (excluding residential included in Housing Strategy 2020), commercial, civils, leisure and municipal projects to include new works and refurbishment works.The service required may be full or partial service, applicants will be required to apply individually for each lot and must submit separate suitability assessment questionnaires for each lot.
Lot 1 is for Quantity Surveying Services on Type 2 works projects as defined in Form QC1, which are in the value range not exceeding 5 000 000 EUR.
Lot 2 is for Quantity Surveying Services on Type 3 works projects as defined in Form QC1, which are in the value range exceeding 5 000 000 EUR.
Please see suitability assessment questionnaires available for download at www.etenders.gov.ie (RFT ID: 95362).
Show more
Total value of the procurement: 3 500 000 EUR ๐ฐ
Notice metadata
Document type: Contract award notice
Place of performance
NUTS region: Dublin๐๏ธ
Procedure
Type of bid: Not applicable
Award criteria
The most economic tender
Contracting authority Identity
Postal town: Dublin 8
Reference Dates
Date dispatched: 2020-02-19 ๐
Publication date: 2020-02-24 ๐
Identifiers
Notice number: 2020/S 038-090352
Refers to notice: 2016/S 222-404516
OJ-S issue: 38
Additional information
โ1) Dublin City Council (DCC) is subject to the provisions of the Freedom of Information Act (FOI) 2014. If you consider that any of the information supplied...โ
Additional information
1) Dublin City Council (DCC) 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 DCC that the successful tenderer and all subcontractors (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 website (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 โor equivalentโ 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. DCC will not accept responsibility for information relayed (or not relayed) via third parties;
6) The framework agreement is primarily for use by the bodies outlined in eTenders contract notice RFT ID 95362;
7) Emailed/faxed/late submissions will not be accepted. Tenderers are asked to include a return address on the packaging;
8) Tenders may be submitted in English or in the Irish language;
9) Please note that OJEU contracts are covered by the Government Procurement Agreement;
10) Appeals procedure: the body to whom appeals should be addressed is โ The High Court, Four Courts, Inns Quay, Dublin 7;
11) All queries regarding this tender must be made via the eTenders website portal. 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 12 p.m. (Irish Time) on 9.12.2016 to enable issue of responses to all interested parties;
12) 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;
13) 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.
Object Scope of the procurement
Short description:
โIt is intended to set up a multi-party framework agreement in 2 lots for the provision of quantity surveying services on work projects to encompass...โ
Short description
It is intended to set up a multi-party framework agreement in 2 lots for the provision of quantity surveying services on work projects to encompass residential (excluding residential included in Housing Strategy 2020), commercial, civils, leisure and municipal projects to include new works and refurbishment works.The service required may be full or partial service, applicants will be required to apply individually for each lot and must submit separate suitability assessment questionnaires for each lot.
โLot 1 is for Quantity Surveying Services on Type 2 works projects as defined in Form QC1, which are in the value range not exceeding 5 000 000 EUR.โ Show more (2) โLot 2 is for Quantity Surveying Services on Type 3 works projects as defined in Form QC1, which are in the value range exceeding 5 000 000 EUR.โ
โPlease see suitability assessment questionnaires available for download at www.etenders.gov.ie (RFT ID: 95362).โ
Title of the lot: Multi Party Framework Agreement for Quantity Surveying Services for 4 Dublin Local Authorities and Irish Council of Social Housing of Approved Housing Bodies, with a Project Value < 5 000 000 EUR
Short description:
โLot 1: Multi party framework agreement for quantity surveying services for Dublin Local Authorities and Irish Council of Social Housing of approved housing...โ
Short description
Lot 1: Multi party framework agreement for quantity surveying services for Dublin Local Authorities and Irish Council of Social Housing of approved housing bodies, Lot 1, Type 2 projects with a project value < 5 000 000 EUR.
Show more
Title of the lot: Multi Party Framework Agreement for 4 Quantity Surveying Services for Dublin Local Authorities and Irish Council of Approved Housing Bodies Type 3 Projects with a Project Value > 5 000 000 EUR
Short description:
โLot 2: Multi party framework agreement for quantity surveying services for 4 Dublin Local Authorities and Irish Council of approved housing bodies, Lot 2,...โ
Short description
Lot 2: Multi party framework agreement for quantity surveying services for 4 Dublin Local Authorities and Irish Council of approved housing bodies, Lot 2, Type 3 projects with a project value > 5 000 000 EUR.
Award of contract
Date of contract conclusion: 2019-08-09 ๐
Name: Lawlor Burns and Associates
Postal address: 81 Oconnell Street
Postal town: Limerick
Country: Ireland ๐ฎ๐ช South-West ๐๏ธ
Total value of the procurement: 1 000 000 EUR ๐ฐ
Name: Tim Murphy
Postal address: First Floor Kealgorm House, Limerick Road, Castle Island
Postal town: Kerry
Name: Hardy Partnership
Postal address: 260 Merrion Road
Postal town: Dublin 4
Country: Dublin๐๏ธ
Name: Levin Associates
Postal address: Lioscarren House, 32 Dale Road, Stillorgan
Postal town: Dublin
Name: Nolan Construction Consultants
Postal address: 9 Wallace House, Canada Tree Waterford
Postal town: Waterford
Country: South-East ๐๏ธ
Name: John J Casey and Co.
Postal address: 9 Premier Suites Gater Lane, Saggart
Name: McGahon Surveyors Ltd
Postal address: 15 Seatwon Place, Dundalk
Postal town: Louth
Country: Border๐๏ธ
Name: Aidan Nolan and Associates
Postal address: Centaur Street
Postal town: Carlow
Country: Mid-East๐๏ธ
Name: Currie and Brown Ltd
Postal address: Cathedral Court, New Street South
Name: Duffy Gaffney Partners
Postal address: 101 Trees Road, Mount Merrion
Name: Levins Associates
Total value of the procurement: 2 500 000 EUR ๐ฐ
Country: Mid-West ๐๏ธ
Postal address: 9 Wallace House, Canada Tree
9 Premier Suies Gater Lane, Saggart
Name: WH Stephens
Postal address: Sky Business Centre, Po Tunnnel Business Park, Clonshaugh
Name: Tim Murphy and Partners
Tom McNamara and Associates
Postal address: 66 Lower Baggot Street
Information about tenders
Number of tenders received: 10
Contracting authority Identity
Postal town: Dublin 24
Country: Dublin๐๏ธ
Reference Additional information
โ1) Dublin City Council (DCC) is subject to the provisions of the Freedom of Information Act (FOI) 2014. If you consider that any of the information supplied...โ
Additional information
1) Dublin City Council (DCC) 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;
โ2) It will be a condition for the award of any contract by DCC that the successful tenderer and all subcontractors (if applicable) produce a valid Tax...โ
Additional information
2) It will be a condition for the award of any contract by DCC that the successful tenderer and all subcontractors (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;
Show more Show more (12) โ3) Suppliers must register their interest on the eTenders website (www.etenders.gov.ie) in order to be included on the mailing list for clarifications;โ
โ4) Please note in relation to all documents, that where reference is made to a particular standard, make, source, process, trademark, type or patent, that...โ
Additional information
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 โor equivalentโ will always be appended;
โ5) Please note also that all information relating to attachments, including clarifications and changes, will be published on the Irish Government...โ
Additional information
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. DCC will not accept responsibility for information relayed (or not relayed) via third parties;
โ6) The framework agreement is primarily for use by the bodies outlined in eTenders contract notice RFT ID 95362;โ
โ7) Emailed/faxed/late submissions will not be accepted. Tenderers are asked to include a return address on the packaging;โ
โ8) Tenders may be submitted in English or in the Irish language;โ
โ9) Please note that OJEU contracts are covered by the Government Procurement Agreement;โ
โ10) Appeals procedure: the body to whom appeals should be addressed is โ The High Court, Four Courts, Inns Quay, Dublin 7;โ
โ11) All queries regarding this tender must be made via the eTenders website portal. Responses will be circulated to those candidates/tenderers that have...โ
Additional information
11) All queries regarding this tender must be made via the eTenders website portal. 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 12 p.m. (Irish Time) on 9.12.2016 to enable issue of responses to all interested parties;
โ12) 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...โ
Additional information
12) 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;
โ13) For each criterion marked as response: declaration required, applicants must initially provide the Appendices referenced under each criterion no later...โ
Additional information
13) 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.
โApplicants 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...โ
Additional information
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.