Dublin City Council and its partners (Dublin Local Authorities) wish to invite tenderers for the purpose of forming a multi party framework agreement to support the delivery of these projects and other public realm and parks projects as they arise. Successful tenderers may subsequently be invited to tender in mini-competitions for individual draw downs of the framework agreement as they arise. It is envisaged that the number of integrated design teams on the Framework will be a minimum of 4 and maximum of 10. To support the delivery of these and other public realm works, Dublin City Council in partnership with Fingal County Council, South Dublin County Council and Dun Laoghaire Rathdown Council, is tenderers from suitably qualified tenderers with a view to establishing a multi-party framework agreement for integrated design team services for 4 years, with initial contract for the refurbishment of the public realm at Blind Quay, Dublin 2.
Deadline
The time limit for receipt of tenders was 2017-04-24.
The procurement was published on 2017-03-15.
Suppliers
The following suppliers are mentioned in award decisions or other procurement documents:
Contracting authority (additional)
Name: South Dublin County Council
Postal address: South Dublin County Coucil, County Hall, Tallaght, Dublin 24.
Postal town: Dublin
Contracting authority (additional)
Name: Dunlaoghaire - Rathdown County Council
Postal address: County Hall, Marine Road, Dunlaoghaire, County Dublin
Contracting authority
E-mail: info@dlrcoco.ie๐ง
URL: http://www.dlrcoco.ie/๐ Information about joint procurement
The contract involves joint procurement
Object Scope of the procurement
Title:
โEstablishment of a Multi-Party Framework Agreement for Integrated Design Team Services for Public Realm Projects
114849โ
Products/services: Urban planning and landscape architectural services๐ฆ
Short description:
โDublin City Council and its partners (Dublin Local Authorties) wish to invite tenderers for the purpose of forming a multi party framework agreement to...โ
Short description
Dublin City Council and its partners (Dublin Local Authorties) wish to invite tenderers for the purpose of forming a multi party framework agreement to support the delivery of these projects and other public realm and parks projects as they arise. Successful tenderers may subsequently be invited to tender in mini-competitions for individual draw downs of the framework agreement as they arise. It is envisaged that the number of integrated design teams on the framework will be a minimum of 4 and maximum of 10. To support the delivery of these and other public realm works, Dublin City Council in partnership with Fingal County Council, South Dublin County Council and Dun Laoghaire Rathdown Council, is tenderers from suitably qualified tenderers with a view to establishing a multi-party framework agreement for integrated design team services for 4 years, with initial contract for the refurbishment of the public realm at Blind Quay, Dublin 2.
Show more
Total value of the procurement (excluding VAT): EUR 4 000 000 ๐ฐ
1๏ธโฃ
Additional products/services: Urban planning services๐ฆ
Additional products/services: Landscape architectural services๐ฆ
Place of performance: Dublin๐๏ธ
Place of performance: Eastern and Midland๐๏ธ
Place of performance: Ireland๐๏ธ
Place of performance: รire/Ireland๐๏ธ
Main site or place of performance: Dublin
Description of the procurement:
โEstablishment of a multi party framework agreement for integrated design team consultancy services for public realm projects for DCC with an initial...โ
Description of the procurement
Establishment of a multi party framework agreement for integrated design team consultancy services for public realm projects for DCC with an initial contract for the refurbishment of the Public
Realm at Blind Quay, Dublin 8.
Show more Award criteria
Quality criterion (name): Methodology
Quality criterion (weighting): 4000
Quality criterion (name): Team Profile
Quality criterion (weighting): 1500
Quality criterion (name): Ram & wbs
Cost criterion (name): Price
Cost criterion (weighting): 3000
Description
Additional information: See attached documents.
Procedure Type of procedure
Open procedure
Information about framework agreement
The procurement involves the establishment of a framework agreement
Administrative information
Previous publication concerning this procedure: 2017/S 054-099695
Award of contract
1๏ธโฃ
Contract Number: 1
Date of conclusion of the contract: 2017-11-08 ๐
Information about tenders
Number of tenders received: 11
Name and address of the contractor
Name: REDscape Landscape and Urbanism
Postal town: Dublin
Country: Ireland ๐ฎ๐ช
Region: Dublin๐๏ธ
The contractor is an SME โ Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 4 000 000 ๐ฐ
2๏ธโฃ Name and address of the contractor
Name: Aecom
Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 4 000 000 ๐ฐ
3๏ธโฃ Name and address of the contractor
Name: รit Landscape and Urbanism
Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 4 000 000 ๐ฐ
4๏ธโฃ Name and address of the contractor
Name: Mitchell + Associates
Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 4 000 000 ๐ฐ
5๏ธโฃ Name and address of the contractor
Name: DBH Architects
Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 4 000 000 ๐ฐ
6๏ธโฃ Name and address of the contractor
Name: The Paul Hogarth Company
Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 4 000 000 ๐ฐ
7๏ธโฃ Name and address of the contractor
Name: Dermot Foley Landscape Architects
Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 4 000 000 ๐ฐ
8๏ธโฃ Name and address of the contractor
Name: Pka
Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 4 000 000 ๐ฐ
9๏ธโฃ Name and address of the contractor
Name: Bernard Seymour Landscape Architects
Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 4 000 000 ๐ฐ
1๏ธโฃ0๏ธโฃ Name and address of the contractor
Name: Urban Agency
Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 4 000 000 ๐ฐ
Complementary information Additional information
โ1) 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...โ
1) 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 "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 3 parties;
6) The framework agreement is primarily for use by the parks and landscape services division but may also be extended for use by other divisions of DCC and other Dublin Local authorities as requirements arise;
7) Emailed/faxed/late tenders 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 (GPA);
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 emailed to peter.leonard@dublincity.ie for the attention of Peter Leonard. 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 12:00 noon on 17.4.2017 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.
Show more Review body
Name: High Court
Postal address: Chief Registrar, The Four Courts
Postal town: Inns Quay
Postal code: Dublin 7
Country: Ireland ๐ฎ๐ช
Phone: +353 18886000๐
E-mail: highcourtcentraloffice@courts.ie๐ง Body responsible for mediation procedures
Name: The Mediators' Institute of Ireland
Postal address:
โUnit 2.1, The Distillers Building, New Church Street, Smithfield, Dublin, D07 FX04โ
Postal town: Dublin
Postal code: D07 FX04
Country: Ireland ๐ฎ๐ช
Phone: +353 16099190๐ Review procedure
Precise information on deadline(s) for review procedures: Please consult your solicitor.
Source: OJS 2018/S 182-412529 (2018-09-18)