Multiparty framework for mechanical and electrical consultancy services for various projects on multiple sites.
Members will also be required to provide the following specialist skills:
-Expertise in the design of exterior and public lighting
-Sustainability, Environmental and Energy Consultancy Services
-DEAP/NEAP analysis
-BER certification
-HPI certification
-Ancillary Certification for BC(A)R in accordance with the Code of Practice for inspecting and certifying buildings 2013-2016
-Designer under the SHWW Act 2005 and Construction Regulations 2006-2013.
The framework will be established on the foot of an initial contract for a project which involves the design and delivery of a new build housing scheme.
Deadline
The time limit for receipt of tenders was 2021-11-22.
The procurement was published on 2021-10-20.
Suppliers
The following suppliers are mentioned in award decisions or other procurement documents:
Object Scope of the procurement
Title: Multiparty framework for M&E Consultancy Services
200198
Products/services: Mechanical and electrical engineering services๐ฆ
Short description:
โMultiparty framework for mechanical and electrical consultancy services for various projects on multiple sites.
Members will also be required to provide the...โ
Short description
Multiparty framework for mechanical and electrical consultancy services for various projects on multiple sites.
Members will also be required to provide the following specialist skills:
-Expertise in the design of exterior and public lighting
-Sustainability, Environmental and Energy Consultancy Services
-DEAP/NEAP analysis
-BER certification
-HPI certification
-Ancillary Certification for BC(A)R in accordance with the Code of Practice for inspecting and certifying buildings 2013-2016
-Designer under the SHWW Act 2005 and Construction Regulations 2006-2013.
The framework will be established on the foot of an initial contract for a project which involves the design and delivery of a new build housing scheme.
Show more
Estimated value excluding VAT: EUR 6 000 000 ๐ฐ
The Contracting Authority is seeking to establish a multiparty framework agreement for mechanical and electrical consultancy services for projects, located within the Councilโs administrative area across multiple sites. Projects will be varied in size and nature and may include demolition projects, as well as new build and refurbishment projects of housing, civic, community, commercial, libraries, sports and recreation, public realm. Framework members will be required to provide full Mechanical and Electrical Engineering Consultancy Services for stages (i)-(v) of the Capital Works Management Framework or a subset thereof or comparable construction contract suites.
As part of the service delivery, framework members will also be required to provide the following specialist skills:
-Expertise in the design of exterior and public lighting
-Sustainability, Environmental and Energy Consultancy Services
-DEAP/NEAP analysis
-BER certification
-HPI certification
-Ancillary Certification for BC(A)R in accordance with the Code of Practice for inspecting and certifying buildings 2013-2016
-Designer under the SHWW Act 2005 and Construction Regulations 2006-2013.
The framework agreement will be established on the foot of an initial contract for Mechanical and Electrical 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. The development will enclose a private courtyard, shared with existing residential development. The development will form street frontage onto two roads and will provide c. 25 no apartments and duplex units over an undercroft car park. The duplex units will have own door access, while the apartments are served by a common stair and lift core. The estimated construction value of the project is c. โฌ11 million excluding 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 6 000 000 ๐ฐ
Duration of the contract, framework agreement or dynamic purchasing system
The time frame below is expressed in number of months.
Description
Duration: 48
Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 8
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
Restricted 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: 2021-11-22
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
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: 200198 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 8th November 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: Refer to your solicitor
Postal town: dublin
Country: Ireland ๐ฎ๐ช Service from which information about the review procedure may be obtained
Name: Refer to your solicitor
Postal town: dublin
Country: Ireland ๐ฎ๐ช
Source: OJS 2021/S 207-541991 (2021-10-20)
Contract award notice (2023-03-22) Object Scope of the procurement
Total value of the procurement (excluding VAT): EUR 6 000 000 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 207-541991
Award of contract
1๏ธโฃ
Contract Number: 1
Title: M&E Consultancy Services
Date of conclusion of the contract: 2023-03-06 ๐
Information about tenders
Number of tenders received: 6
Number of tenders received by electronic means: 6
Name and address of the contractor
Name: Delap & waller
National registration number: IE6601843F
Postal address: 1ST FLOOR BLOOMFIELD HOUSE
Postal town: DUBLIN DO8 WT10
Postal code: Bloomfield avenue
Country: Ireland ๐ฎ๐ช
Phone: +353 15355900๐
E-mail: michael@delapandwaller.com๐ง
Region: รire/Ireland๐๏ธ
URL: http://www.delapandwaller.com๐
The contractor is an SME โ Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 6 000 000 ๐ฐ
2๏ธโฃ
Contract Number: 2
Name and address of the contractor
Name: J.V. Tierney & Co (2002) Ltd
National registration number: 6379680T
Postal address: The Tannery
Postal town: Dublin
Postal code: 53-56 Cork St
Phone: +353 014214900๐
E-mail: achaney@jvtierney.ie๐ง
URL: http://www.jvtierney.ie๐ Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 6 000 000 ๐ฐ
3๏ธโฃ
Contract Number: Winner of initial contract
Name and address of the contractor
Name: Semple & McKillop Ltd
National registration number: N/a
Postal address: Unit 6, Drumillard Retail Park
Postal town: Co. Monaghan A75 KH60
Postal code: Monaghan Road, Castl
Phone: +353 429749570๐
E-mail: stephenfinch@semplemckillop.com๐ง
Fax: +353 429749909 ๐
URL: http://www.semplemckillop.com๐ Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 6 000 000 ๐ฐ
Source: OJS 2023/S 061-181800 (2023-03-22)