Multi-Party Framework Agreement for Topographical Surveying and the Surveying and Mapping of Underground Utility Services and Structures using Ground Penetrating Radar
Dublin City Council will be facilitating the establishment of this multi-party Framework Agreement on behalf of itself and the other 3 Dublin Local Authorities. The multi-party Framework Agreement will be established with at least 3 economic operators and the scope will cover both topographical surveys and the detection, verification, surveying and mapping of underground utility services and structures (e.g. cellars) and the production of corresponding drawings and reports. The maximum estimated value of services over the lifetime of the framework is in the region of 5 000 000 EUR (ex. VAT). The framework will be established on foot of an initial contract for a topographical survey and the detection, verification, surveying and mapping of underground utility services and structures and the production of corresponding drawings and reports for a section of Sean Moore Road.
Deadline
The time limit for receipt of tenders was 2019-08-16.
The procurement was published on 2019-07-12.
Suppliers
The following suppliers are mentioned in award decisions or other procurement documents:
Contract notice (2019-07-12) Contracting authority Name and addresses
Name: Environment and Transportation, Dublin City Council
National registration number: N/a
Postal address: Civic Offices, Wood Quay
Postal town: Dublin 8
Postal code: Dublin
Country: Ireland ๐ฎ๐ช
Contact person: David Howley
E-mail: david.howley@dublincity.ie๐ง
Region: Dublin๐๏ธ
URL: www.dublincity.ie๐
Address of the buyer profile: https://irl.eu-supply.com/ctm/Company/CompanyInformation/Index/267๐
Contracting authority (additional)
Name: Dun Laoghaire Rathdown County Council
Postal address: County Hall, Marine Road, Dรบn Laoghaire, County Dublin
Postal town: Dรบn Laoghaire
Object Scope of the procurement
Title:
โMulti-Party Framework Agreement for Topographical Surveying and the Surveying and Mapping of Underground Utility Services and Structures using Ground...โ
Title
Multi-Party Framework Agreement for Topographical Surveying and the Surveying and Mapping of Underground Utility Services and Structures using Ground Penetrating Radar
154130
Show more
Products/services: Surveying services๐ฆ
Short description:
โDublin City Council will be facilitating the establishment of this multi-party Framework Agreement on behalf of itself and the other 3 Dublin Local...โ
Short description
Dublin City Council will be facilitating the establishment of this multi-party Framework Agreement on behalf of itself and the other 3 Dublin Local Authorities. The multi-party Framework Agreement will be established with at least 3 economic operators and the scope will cover both topographical surveys and the detection, verification, surveying and mapping of underground utility services and structures (e.g. cellars) and the production of corresponding drawings and reports. The maximum estimated value of services over the lifetime of the framework is in the region of 5 000 000 EUR (ex. VAT). The framework will be established on foot of an initial contract for a topographical survey and the detection, verification, surveying and mapping of underground utility services and structures and the production of corresponding drawings and reports for a section of Sean Moore Road.
Show more
Estimated value excluding VAT: EUR 5 000 000 ๐ฐ
Dublin City Council will be facilitating the establishment of this multi-party Framework Agreement on behalf of itself and the other 3 Dublin Local Authorities. These Authorities will be known as the framework purchasers. Any contracts entered into on foot of the Framework Agreement will be strictly between each framework purchaser and the chosen framework operator. The multi-party Framework Agreement will be established with at least 3 economic operators and the scope will cover both topographical surveys and ground penetrating radar surveys or either one individually. The scope for the GPR surveys will cover the detection, verification, surveying and mapping of underground utility services and structures (e.g. cellars) and the production of corresponding drawings and reports. The scope for the topographical surveys will cover the identification and mapping of all items, street furniture, materials, pavements types etc and the production of corresponding drawings and reports. The maximum estimated value of services over the lifetime of the framework is in the region of 5 000 000 EUR (ex. VAT). The framework will be established on foot of an initial contract for a topographical survey and the detection, verification, surveying and mapping of underground utility services and structures and the production of corresponding drawings and reports for a section of Sean Moore Road.
Show more Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
Scope of the procurement
Estimated total value excluding VAT: EUR 5 000 000 ๐ฐ
Duration of the contract, framework agreement or dynamic purchasing system
The time frame below is expressed in number of months.
Description
Duration: 48
Legal, economic, financial and technical information Economic and financial standing
Selection criteria as stated in the procurement documents
Technical and professional ability
Selection criteria as stated in the procurement documents
Procedure Type of procedure
Open procedure
Information about a framework agreement or a dynamic purchasing system
Framework agreement with several operators
Description
Envisaged maximum number of participants to the framework agreement: 3
Administrative information
Time limit for receipt of tenders or requests to participate: 2019-08-16
12:00 ๐
Languages in which tenders or requests to participate may be submitted: English ๐ฃ๏ธ
Languages in which tenders or requests to participate may be submitted: Irish ๐ฃ๏ธ
The time frame below is expressed in number of months.
Minimum time frame during which the tenderer must maintain the tender: 12
Conditions for opening of tenders: 2019-08-16
12:00 ๐
Conditions for opening of tenders (Information about authorised persons and opening procedure):
โPlease note the date and time above is subject to Dublin City Council discretion.โ
Complementary information Additional information
โAdditional Information โ Dublin City Council:
Dublin City Council is subject to the provisions of the Freedom of Information Act (FOI) 2014. If you consider...โ
Additional Information โ Dublin City Council:
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 Act.
It will be a condition for the award of any contract by Dublin City Council 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.
Suppliers must register their interest on the eTenders website (www.etenders.gov.ie) in order to be included on the mailing list for clarifications.
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.
The Framework Agreement is primarily for use by the Environment and Transformation Department, but may also be extended for use by other divisions of Dublin City Council as requirements arise.
Emailed/faxed/late tenders will not be accepted. Tenderers are asked to include a return address on the packaging.
Please note that OJEU contracts are covered by the Government Procurement Agreement (GPA).
All queries regarding this tender must be submitted to www.etenders.gov.ie
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 2.8.2019 to enable issue of responses to all interested parties.
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.
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: The High Court
Postal address: Chief Registrar, High Court, Inns Quay
Postal town: Dublin
Postal code: Dublin 7
Country: Ireland ๐ฎ๐ช
Phone: +353 18886000๐
E-mail: highcourtcentraloffice@courts.ie๐ง
Source: OJS 2019/S 135-332850 (2019-07-12)
Contract award notice (2020-02-10) Contracting authority (additional) Name and addresses
Postal address: County Hall, Dublin 24
Postal address: County Hall, Main Street, Co. Dublin
Object Scope of the procurement
Short description:
โDublin City Council will be facilitating the establishment of this multi-party framework agreement on behalf of itself and the other 3 Dublin Local...โ
Short description
Dublin City Council will be facilitating the establishment of this multi-party framework agreement on behalf of itself and the other 3 Dublin Local Authorities. The multi-party framework agreement will be established with at least 3 economic operators and the scope will cover both topographical surveys and the detection, verification, surveying and mapping of underground utility services and structures (e.g. cellars) and the production of corresponding drawings and reports. The maximum estimated value of services over the lifetime of the framework is in the region of 5 000 000 EUR (ex. VAT). The framework will be established on foot of an initial contract for a topographical Survey and the detection, verification, surveying and mapping of underground utility services and structures and the production of corresponding drawings and reports for a section of Sean Moore Road.
Show more
Total value of the procurement (excluding VAT): EUR 5 000 000 ๐ฐ
Description
Description of the procurement:
โDublin City Council will be facilitating the establishment of this multi-party framework agreement on behalf of itself and the other 3 Dublin Local...โ
Description of the procurement
Dublin City Council will be facilitating the establishment of this multi-party framework agreement on behalf of itself and the other 3 Dublin Local Authorities. These authorities will be known as the framework purchasers. Any contracts entered into on foot of the framework agreement will be strictly between each framework purchaser and the chosen framework operator. The multi-party framework agreement will be established with at least 3 economic operators and the scope will cover both topographical surveys and ground penetrating radar surveys or either one individually. The scope for the GPR surveys will cover the detection, verification, surveying and mapping of underground utility services and structures (e.g. cellars) and the production of corresponding drawings and reports. The scope for the topographical surveys will cover the identification and mapping of all items, street furniture, materials, pavements types, etc. and the production of corresponding drawings and reports. The maximum estimated value of services over the lifetime of the framework is in the region of 5 000 000 EUR (ex. VAT). The framework will be established on foot of an initial contract for a topographical survey and the detection, verification, surveying and mapping of underground utility services and structures and the production of corresponding drawings and reports for a section of Sean Moore Road.
Show more Award criteria
Quality criterion (name): Method statement
Quality criterion (weighting): 5000
Quality criterion (name): Programme
Quality criterion (weighting): 500
Quality criterion (name): Technical merit of the human resources offered
Quality criterion (weighting): 1000
Quality criterion (name): Plant and equipment proposed
Cost criterion (name): Comparative cost
Cost criterion (weighting): 3000
Procedure Information about framework agreement
The procurement involves the establishment of a framework agreement
Administrative information
Previous publication concerning this procedure: 2019/S 135-332850
Award of contract
1๏ธโฃ
Contract Number: 1
Title:
โMulti-Party Framework Agreement for Topographical Surveying and the Surveying and Mapping of Underground Utility Services and Structures using Ground...โ
Title
Multi-Party Framework Agreement for Topographical Surveying and the Surveying and Mapping of Underground Utility Services and Structures using Ground Penetrating Radar
Show more
Date of conclusion of the contract: 2020-01-31 ๐
Information about tenders
Number of tenders received: 9
Number of tenders received by electronic means: 9
Name and address of the contractor
Name: Apex Surveys
National registration number: 6554796P
Postal address: Unit 78, Dunboyne Business Park
Postal town: Meath
Postal code: Dunboyne
Country: Ireland ๐ฎ๐ช
Phone: +353 16910156๐
E-mail: philip@apexsurveys.ie๐ง
Fax: +353 16910157 ๐
Region: Dublin๐๏ธ
URL: http://www.apexsurveys.ie๐
The contractor is an SME โ Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 5 000 000 ๐ฐ
2๏ธโฃ
Contract Number: 2
Name and address of the contractor
Name: Metroscan Utility Locating Ltd
National registration number: 3391472JH
Postal address: Rathjarney
Postal town: Piercestown
Postal code: Wexford
E-mail: ciaran@metroscan.ie๐ง
URL: http://www.metroscan.ie๐ Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 5 000 000 ๐ฐ
3๏ธโฃ
Contract Number: 3
Name and address of the contractor
Name: Murphy Surveys Ltd
National registration number: 6371283P
Postal address: Global house
Postal town: kilcullen
Postal code: Kilcullen Business P
Phone: +353 45484040๐
E-mail: dgraham@murphysurveys.ie๐ง
Fax: +353 45480004 ๐ Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 5 000 000 ๐ฐ
4๏ธโฃ
Contract Number: 4
Name and address of the contractor
Name: TST Engineering Ltd
National registration number: 9656109L
Postal address: Unit F11, Riverview Business Park, Nangor Road
Postal town: Dublin
Phone: +353 15373905๐
E-mail: sdemurtas@tstengineering.com๐ง
URL: http://www.tstengineering.com๐ Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 5 000 000 ๐ฐ
Complementary information Additional information
โAdditional information โ Dublin City Council
Dublin City Council is subject to the provisions of the Freedom of Information Act (FOI) 2014. If you consider...โ
Additional information โ Dublin City Council
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 Act.
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.
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.
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.
The framework agreement is primarily for use by the Environment and Transformation Department, but may also be extended for use by other divisions of Dublin City Council as requirements arise.
Emailed/faxed/late tenders will not be accepted. Tenderers are asked to include a return address on the packaging.
Please note that OJEU contracts are covered by the Government Procurement Agreement (GPA).
All queries regarding this tender must be submitted to www.etenders.gov.ie. 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 2.8.2019 to enable issue of responses to all interested parties.
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.
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
Postal town: Dublin 7
Source: OJS 2020/S 032-075656 (2020-02-10)