The Civil, Structural and Traffic Engineering Service Provider will provide all the professional services as necessary to comply with the Client Instructions to ensure a satisfactory completion to the various projects associated with the Joint Infrastructure Works (JIW).
Deadline
The time limit for receipt of tenders was 2021-10-29.
The procurement was published on 2021-09-28.
Suppliers
The following suppliers are mentioned in award decisions or other procurement documents:
Object Scope of the procurement
Title: Civil, Structural and Traffic Engineering Services
Products/services: Civil engineering consultancy services๐ฆ
Short description:
โThe Civil, Structural and Traffic Engineering Service Provider will provide all the professional services as necessary to comply with the Client...โ
Short description
The Civil, Structural and Traffic Engineering Service Provider will provide all the professional services as necessary to comply with the Client Instructions to ensure a satisfactory completion to the various projects associated with the Joint Infrastructure Works (JIW).
Show more
Estimated value excluding VAT: EUR 13 500 000 ๐ฐ
Clonburriss Infrastructure Ltd (The Contracting Authority) is seeking to establish a multi-party framework agreement for Civil Structural and Traffic Engineering services to be used for the delivery of the Joint Infrastructure Works (JIW). It is anticipated that the framework agreement will be established on foot of an initial contract for the provision of PM Services, Employer Representative, Residential Engineer services, QS services and Site supervision of the major works contractor.
The Civil, Structural and Traffic Engineering Service Provider that will provide all the professional services as necessary to comply with the Client Instructions to ensure a satisfactory completion to the various projects associated with the JIW. For certain projects, the Engineer may also be appointed as Project Manager and/or Design Team Lead โ this will be determined on a case by case basis by the Client. The range of services will include, inter alia, Design, Project management, Employers Representative role, BCAR, PSDP, Resident Engineers, Preparation of Tender documents, Quantity Surveying, Surveying and Site Investigation where required, assistance in the procurement and management other specialist services. Additional information on the anticipated scope of services is provided in the procurement documentation attached to this Contract Notice
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 13 500 000 ๐ฐ
Duration of the contract, framework agreement or dynamic purchasing system
The time frame below is expressed in number of months.
Description
Duration: 84
Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 10
Objective criteria for choosing the limited number of candidates:
โAs set out in the procurement documentation available to download from www.etenders.gov.ie using RFT ID 197766โ Description
Additional information:
โPlease consult the associated documentation, which contains full instructions regarding the submission of tenders and is available to download from...โ
Additional information
Please consult the associated documentation, which contains full instructions regarding the submission of tenders and is available to download from www.etenders.gov.ie using RFT ID 197766
Legal, economic, financial and technical information Conditions for participation
List and brief description of conditions:
โAs stated in the procurement documentation available to download from www.etenders.gov.ie using RFT ID 197766โ Economic and financial standing
Selection criteria as stated in the procurement documents
Technical and professional ability
Selection criteria as stated in the procurement documents
Conditions related to the contract
Contract performance conditions:
โAs stated in the procurement documentation available to download from www.etenders.gov.ie using RFT ID 197766โ 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
Procedure Type of procedure
Competitive procedure with negotiation
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: 6
In the case of framework agreements, provide justification for any duration exceeding 8 years: In accordance with Art 33 of Directive 2014/24/EU
Information about reduction of the number of solutions or tenders during negotiation or dialogue
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated
Information about negotiation
The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations
Administrative information
Time limit for receipt of tenders or requests to participate: 2021-10-29
12:00 ๐
Languages in which tenders or requests to participate may be submitted: English ๐ฃ๏ธ
The time frame below is expressed in number of months.
Minimum time frame during which the tenderer must maintain the tender: 12
Complementary information Additional information
โ1) Interested parties must register their interest on the eTenders web site (www.etenders.gov.ie) in order to be included on the mailing list for...โ
1) Interested parties must register their interest on the eTenders web site (www.etenders.gov.ie) in order to be included on the mailing list for clarifications. 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. The contracting authority will not accept responsibility for information relayed (or not relayed) via third parties;
2) 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 and to respond electronically to the competition. There is a maximum upload limit of 2GB per document on etenders. Documents larger than this should be divided into smaller files prior to upload or zipped.
3) Should you experience difficulty when uploading documents please contact the eTenders Support Desk for technical assistance. Email etenders@eu-supply.com or Telephone: 353 (0) 21 243 92 77 (09:00am โ 17:30pm GMT)
4) All queries regarding this tender requirement or process must be submitted through the Irish Government Procurement Opportunities Portal www.etenders.gov.ie (RFT ID:197766) as a specific question. Responses will be circulated to those tenderers that have registered an interest in this notice on www.etenders.gov.ie The details of the person making a query will not be disclosed when circulating the response
5) This is the sole call for competition for this contract/framework.
6) The contracting authority will not be responsible for any costs, charges or expenses incurred by candidates or tenderers.
7) Contract award will be subject to the approval of the competent authorities.
8) It will be a condition of award that the successful tenderer is and remains tax compliant.
9) At its absolute discretion, the contracting authority may elect to terminate this procurement process, the framework agreement or any contract awarded under the framework agreement at any time.
10) 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.
11) Without prejudice to the principle of equal treatment, the contracting authority is not obliged to engage in a clarification process in respect of the procurement documents with missing or incomplete information. Therefore, respondents are advised to ensure that they return completed documentation in order to avoid the risk of elimination from the competition.
12) At Section II.2.9 we have indicated that 10 will be invited to tender, please note that the contracting authority reserves the right to invite at least 10 subject to that number qualifying.
13) Further contracts off the framework will be awarded via cascade or following a mini-competition, as set out in the procurement documentation. Where contracts are awarded by mini competition, The Contracting Authority reserve the right to award further contracts using the Competitive Procedure with Negotiation as outlined in the attached procurement documentation
Show more Review body
Name: High Court
Postal town: Dublin
Country: Ireland ๐ฎ๐ช
E-mail: highcourtcentraloffice@courts.ie๐ง Review procedure
Precise information on deadline(s) for review procedures:
โThe framework is covered by the application of the Remedies Directive and the relevant standstill period applied at time of notification.โ
Source: OJS 2021/S 191-496693 (2021-09-28)
Contract award notice (2023-05-16) Object Scope of the procurement
Total value of the procurement (excluding VAT): EUR 13 500 000 ๐ฐ
Description
Description of the procurement:
โClonburriss Infrastructure Ltd (The Contracting Authority) has established a multi-party framework agreement for Civil Structural and Traffic Engineering...โ
Description of the procurement
Clonburriss Infrastructure Ltd (The Contracting Authority) has established a multi-party framework agreement for Civil Structural and Traffic Engineering services to be used for the delivery of the Joint Infrastructure Works (JIW). The framework agreement has been established on foot of an initial contract for the provision of PM Services, Employer Representative, Residential Engineer services, QS services and Site supervision of the major works contractor.
The Civil, Structural and Traffic Engineering Service Provider will provide all the professional services as necessary to comply with the Client Instructions to ensure a satisfactory completion to the various projects associated with the JIW. For certain projects, the Engineer may also be appointed as Project Manager and/or Design Team Lead โ this will be determined on a case by case basis by the Client. The range of services will include, inter alia, Design, Project management, Employers Representative role, BCAR, PSDP, Resident Engineers, Preparation of Tender documents, Quantity Surveying, Surveying and Site Investigation where required, assistance in the procurement and management other specialist services.
Show more Award criteria
Quality criterion (name): Technical Merit and Balance of Resources
Quality criterion (weighting): 30%
Quality criterion (name): Proposed Methodology for the delivery of the services
Quality criterion (weighting): 20%
Quality criterion (name): Risks Management and Mitigation
Quality criterion (weighting): 10%
Cost criterion (name): Cost
Cost criterion (weighting): 40%
Procedure Information about framework agreement
The procurement involves the establishment of a framework agreement
Administrative information
Previous publication concerning this procedure: 2021/S 191-496693
Award of contract
1๏ธโฃ
Contract Number: 1
Title:
โCivil, Structural and Traffic Engineering Services - Multi Party Framework Agreementโ
Date of conclusion of the contract: 2023-05-02 ๐
Information about tenders
Number of tenders received: 7
Number of tenders received from SMEs: 7
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 7
Name and address of the contractor
Name: Clifton Scannell Emerson Associates Ltd.
Postal town:
โ3rd Floor, The Highline, Bakers Point, Pottery Road, Dun Laoghaire, Co Dublin A96 KW29โ
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 13 500 000 ๐ฐ
2๏ธโฃ
Contract Number: 2
Name and address of the contractor
Name: DBFL Consulting Engineers
Postal town: Ormond House, Upper Ormond Quay, Dublin 7
Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 13 500 000 ๐ฐ
3๏ธโฃ
Contract Number: 3
Name and address of the contractor
Name: JB Barry and Partners Ltd.
Postal town: Classon House, Dundrum Business Park, Dundrum Road, Dublin 14
Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 13 500 000 ๐ฐ
4๏ธโฃ
Contract Number: 4
Name and address of the contractor
Name: Malone O'Regan
Postal town: 2B Richview Office Park, Clonskeagh, Dublin 14
Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 13 500 000 ๐ฐ
5๏ธโฃ
Contract Number: 5
Name and address of the contractor
Name: O'Connor Sutton Cronin & Assoc. Ltd.
Postal town: 3 Prussia Street, Dublin 7
Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 13 500 000 ๐ฐ
6๏ธโฃ
Contract Number: 7
Name and address of the contractor
Name: RPS Consulting Engineers
Postal town: West Pier Business Campus, Dun Laoghaire, Co.Dublin
Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 13 500 000 ๐ฐ
Source: OJS 2023/S 096-298972 (2023-05-16)