Multiparty framework for Fire Safety Consultancy Services -initial contract: New build residential development at Dolphin House Phase 1B, Rialto, Dublin 8
The Contracting Authority wishes to establish a multi operator framework for Fire Safety Consultancy Services for projects, located within the Council's administrative area, including new build and refurbishment projects of housing, civic, community,commercial, libraries, sports and recreation and public realm types.
Full Fire Safety Consultancy services will be required for stages (i)-(v) of the Capital Works Management Framework or a subset thereof, including the role of Ancillary Certifier (BCAR). The framework agreement will be established on the foot of an initial contract for Fire Safety Consultant services for stages (i)-(v) of the CWMF. The project involves the design and delivery of a new build housing scheme, as part of a phased regeneration of an existing housing estate, comprising c.25 no. new-build apartment and duplex homes in a 3-5 storey building over undercroft car parking. The estimated construction value is โฌ11m incl VAT.
Deadline
The time limit for receipt of tenders was 2022-01-10.
The procurement was published on 2021-11-26.
Suppliers
The following suppliers are mentioned in award decisions or other procurement documents:
Object Scope of the procurement
Title:
โMultiparty framework for Fire Safety Consultancy Services -initial contract: New build residential development at Dolphin House Phase 1B, Rialto, Dublin 8
RFT 203063โ
Title
Multiparty framework for Fire Safety Consultancy Services -initial contract: New build residential development at Dolphin House Phase 1B, Rialto, Dublin 8
RFT 203063
Show more
Products/services: Engineering services๐ฆ
Short description:
โThe Contracting Authority wishes to establish a multi operator framework for Fire Safety Consultancy Services for projects, located within the Council's...โ
Short description
The Contracting Authority wishes to establish a multi operator framework for Fire Safety Consultancy Services for projects, located within the Council's administrative area, including new build and refurbishment projects of housing, civic, community,commercial, libraries, sports and recreation and public realm types.
Full Fire Safety Consultancy services will be required for stages (i)-(v) of the Capital Works Management Framework or a subset thereof, including the role of Ancillary Certifier (BCAR). The framework agreement will be established on the foot of an initial contract for Fire Safety Consultant services for stages (i)-(v) of the CWMF. The project involves the design and delivery of a new build housing scheme, as part of a phased regeneration of an existing housing estate, comprising c.25 no. new-build apartment and duplex homes in a 3-5 storey building over undercroft car parking. The estimated construction value is โฌ11m incl VAT.
Show more
Estimated value excluding VAT: EUR 500 000 ๐ฐ
The Contracting Authority is seeking to establish a multi operator framework for Fire Safety Consultancy Services.
Services required will be required for a number of projects, across multiple sites within the Council's administrative area including new build and refurbishment projects of the following nature: housing, civic, community,commercial, libraries, sports and recreation and public realm.
The framework agreement will be established with 8 operators, subject to receipt of a sufficient number of valid tenders.
Framework members will be required to provide Fire Safety Consultancy services for stages (i)-(v) of the Capital Works Management Framework or a subset thereof, including preliminary stage, design, Fire Safety Certificate application, tender production, tender action, construction and handover stages including to engagement and inspection on site and certification on completion.
The framework will be established for a period 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 the delivery of any contract awarded under the framework may extend beyond the expiry of the framework agreement.
The maximum estimated value of services over the lifetime of the framework is in the region of โฌ500,000 excluding VAT.(fee value)
INITIAL CONTRACT:
The framework agreement will be established on the foot of an initial contract for Fire safety Consultant services for stages (i)-(v) of the CWMF. The project involves the design and delivery of a new build housing scheme for Dublin City Council, as part of a phased regeneration of an existing housing estate, Dolphin House. The development has street frontage on two sides and encloses a residential courtyard shared with existing development. It comprises c.25 no. new-build apartment and duplex homes in a 3-5 storey building over undercroft car parking. The estimated construction value is โฌ11m incl VAT.
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 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: 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
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
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: 8
Administrative information
Time limit for receipt of tenders or requests to participate: 2022-01-10
13:00 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: 2022-01-10
13:00 ๐
Complementary information Additional information
โ1. 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...โ
1. 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.
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 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.
5. The framework agreement is primarily for use by the Housing Department, but may also be extended for use by other divisions of Dublin City Council as requirements arise.
6. Emailed/faxed/late tenders will not be accepted.
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).. Appeals procedure: The body to whom appeals should be addressed is โ The High Court, Four Courts, Inns Quay, Dublin 7.
10. All queries regarding this expression of interest/tender must be directed to the messaging facility on www.etenders.gov.ie. RFT ID: 203063 Queries must be in question format. 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 13.00 hours on 17th December 2021 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.
12. 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 Body responsible for mediation procedures
Name: Contact your solicitor
Postal town: Contact your solicitor
Country: Ireland ๐ฎ๐ช Service from which information about the review procedure may be obtained
Name: contact your solicitor
Postal town: contact your solicitor
Country: Ireland ๐ฎ๐ช
Source: OJS 2021/S 233-614051 (2021-11-26)
Additional information (2022-01-10)
Complementary information Original notice reference
Notice number in the OJ S: 2021/S 233-614051
Changes Text to be corrected in the original notice
Section number: IV.2.2
Place of text to be modified: Time limit for receipt of tenders or requests to participate
Old value
Date: 2022-01-10 ๐
Time: 13:00
New value
Date: 2022-01-24 ๐
Time: 13:00
Other additional information
โEXTENSION OF RESPONSE DEADLINE TO 13.00 HOURS IRISH TIME ON 24TH JANUARY 2022 AND CHANGE OF PI INSURANCE REQUIREMENTS. EXTENSION IS DUE TO A CHANGE IN THE...โ
EXTENSION OF RESPONSE DEADLINE TO 13.00 HOURS IRISH TIME ON 24TH JANUARY 2022 AND CHANGE OF PI INSURANCE REQUIREMENTS. EXTENSION IS DUE TO A CHANGE IN THE REQUIREMENTS REGARDING PROFESSIONAL INDEMNITY INUSRANCE. PLEASE SEE DOCUMENT 20220107 EXTENSION OF RESPONSE DEADLINE IN DOCUMENTS FOLDER FOR FURTHER INFORMATION.
Show more
Source: OJS 2022/S 010-021552 (2022-01-10)
Additional information (2022-01-14)
Changes Text to be corrected in the original notice
Section number: IV.2.7
Place of text to be modified: Conditions for Opening Tenders
Old value
Date: 2022-01-10 ๐
Time: 13:00
New value
Date: 2022-01-24 ๐
Time: 13:00
Other additional information
โThe purpose of this corrigendum is to correct an admin error in the previous corrigendum. The information provided at section IV.2.7 Conditions for Opening...โ
The purpose of this corrigendum is to correct an admin error in the previous corrigendum. The information provided at section IV.2.7 Conditions for Opening Tenders will now correspond with the information provided at section IV.2.2 Time limit for receipt of tenders or requests to participate in the previously published corrigendum. The deadline for submissions is Monday 24/01/2022 @13.00.
The closing date for receipt of submissions is subject to change at the discretion of Dublin City Council.
Show more
Source: OJS 2022/S 013-030438 (2022-01-14)
Contract award notice (2023-03-22) Object Scope of the procurement
Total value of the procurement (excluding VAT): EUR 500 000 ๐ฐ
Award criteria
Quality criterion (name): Proposed approach and methodology
Quality criterion (weighting): 20
Quality criterion (name): Technical merit of proposed human resources
Price (weighting): 60
Procedure Information about framework agreement
The procurement involves the establishment of a framework agreement
Administrative information
Previous publication concerning this procedure: 2021/S 233-614051
Award of contract
1๏ธโฃ
Contract Number: 1 RANK NO. 1
Title: Multiparty framework for Fire Safety Consultancy Services
Date of conclusion of the contract: 2023-03-06 ๐
Information about tenders
Number of tenders received: 4
Number of tenders received by electronic means: 4
Name and address of the contractor
Name: Jeremy Gardner Associates Ireland Ltd.
National registration number: 303127
Postal address: 16 Clanwilliam Terrace, Grand Canal Quay
Postal town: Dublin
Postal code: Dublin 2
Country: Ireland ๐ฎ๐ช
Phone: +353 016614925๐
E-mail: mdavidson@jgafire.com๐ง
Region: รire/Ireland๐๏ธ
URL: http://www.jgafire.com๐
The contractor is an SME
Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 500 000 ๐ฐ
2๏ธโฃ
Contract Number: 2 RANK NO. 2
Name and address of the contractor
Name: Ors
National registration number: 6328434P
Postal address: Marlinstown Office Park,
Postal town: Co. Westmeath
Postal code: Mullingar
Phone: +353 449342518๐
E-mail: d.thomas@ors.ie๐ง
URL: http://www.ors.ie๐
The contractor is an SME โ Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 500 000 ๐ฐ
Source: OJS 2023/S 061-181488 (2023-03-22)