The Contracting Authority is seeking to establish a multiparty framework agreement for civil and structural engineering consultancy services for projects within the functional area of Dublin City Council. The projects for which services will be procured under this Framework will be in excess of โฌ5million project value.
Deadline
The time limit for receipt of tenders was 2022-12-02.
The procurement was published on 2022-10-26.
Suppliers
The following suppliers are mentioned in award decisions or other procurement documents:
Object Scope of the procurement
Title: Civil and Structural Engineering Consultancy Services
222165
Products/services: Structural engineering consultancy services๐ฆ
Short description:
โThe Contracting Authority is seeking to establish a multiparty framework agreement for civil and structural engineering consultancy services for projects...โ
Short description
The Contracting Authority is seeking to establish a multiparty framework agreement for civil and structural engineering consultancy services for projects within the functional area of Dublin City Council. The projects for which services will be procured under this Framework will be in excess of โฌ5million project value.
Show more
Estimated value excluding VAT: EUR 5 000 000 ๐ฐ
The Contracting Authority is seeking to establish a multiparty framework agreement for civil and structural engineering consultancy services for projects within the functional area of Dublin City Council. The projects for which services will be procured under this Framework will be in excess of โฌ5million project value.
The projects will be varied in size and nature and may include demolition and enabling works projects, as well as new build and refurbishment projects of social housing, civic, community, commercial, libraries, sports and recreation, public realm. Framework members will be required to provide full Civil and Structural 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 skills:
-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 plus amendments.
The following specialist skills are envisaged to be required as part of the civil and structural engineering services on larger projects. These may be delivered in-house or by a sub-consultant or specialist employed by the Civil and Structural engineer:
- Transport Planning
- Flood risk assessment
- Environmental assessment of sites
- Geotechnical engineering
It is envisaged that the framework will be established with 6 operators, subject to the receipt of a sufficient number of valid tenders. It is the intention of the Contracting Authority to shortlist approx. 10 No candidates following assessment of the expressions of interest, subject to a number of satisfactory applications, to be invited to tender at stage 2 of the competition.
The framework will be established for a period up to a maximum of 4 years, subject to satisfactory annual performance and review.
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
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:
โPlease note that this is Stage 1 of a Restricted Procedure and Price will not be considered at this stage. Criteria for assessment will be quality only,...โ
Objective criteria for choosing the limited number of candidates
Please note that this is Stage 1 of a Restricted Procedure and Price will not be considered at this stage. Criteria for assessment will be quality only, with a combination of Pass/Fail and qualitative marks. Please see Procurement documents for full details - RFT ID 222165.
Show more Description
Additional information: Please see SAQ and Competition Summary Document for full details.
Legal, economic, financial and technical information Conditions for participation
List and brief description of conditions:
โPlease consult Suitability Assessment Questionnaire available to download from www.etenders.gov.ie RFT ID 222165โ 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: 5
Administrative information
Time limit for receipt of tenders or requests to participate: 2022-12-02
12:00 ๐
Estimated date of dispatch of invitations to tender or to participate to selected candidates: 2023-01-05 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: 6
Complementary information Information about electronic workflows
Electronic payment will be used
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 Acts.
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 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 third parties.
6. The framework agreement is primarily for use by the Technical Support Division, Environment and Transportation Department, but may also be extended for use by other divisions of Dublin City Council as requirements arise.
7. Emailed/faxed/late tenders will not be accepted. Tenders may be submitted in English or in the Irish language.
8. All queries regarding this tender must be submitted through the etenders messaging facility, RFT ID 222165. 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 16th November 2022 at 12.00 noon to enable issue of responses to all interested parties.
9. 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.
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 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 2022/S 210-602901 (2022-10-26)
Contract award notice (2023-10-12) Object Scope of the procurement
Total value of the procurement (excluding VAT): EUR 5 000 000 ๐ฐ
Award criteria
Quality criterion (name): A. Proposed Approach & Methodology
Quality criterion (weighting): 2500
Quality criterion (name): B. Technical Merit of Human Resources
Cost criterion (name): Price
Cost criterion (weighting): 5000
Procedure Information about framework agreement
The procurement involves the establishment of a framework agreement
Administrative information
Previous publication concerning this procedure: 2022/S 210-602901
Award of contract
1๏ธโฃ
Contract Number: 1
Title: Civil and Structural Engineering Consultancy Services
Date of conclusion of the contract: 2023-10-11 ๐
Information about tenders
Number of tenders received: 10
Number of tenders received by electronic means: 10
Name and address of the contractor
Name: DBFL Consulting Engineers
National registration number: IE6355828Q
Postal address: Ormond House
Postal town: Dublin 7
Postal code: Upper Ormond Quay
Country: Ireland ๐ฎ๐ช
Phone: +353 14004000๐
E-mail: leonie.lawler@dbfl.ie๐ง
Fax: +353 14004050 ๐
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 5 000 000 ๐ฐ
2๏ธโฃ
Contract Number: 2
Name and address of the contractor
Name: Garland
National registration number: 029152
Postal address: Garland House
Postal town: Dublin 6
Postal code: 28-30 Rathmines Park
Phone: +353 14964322๐
E-mail: info@garlandconsultancy.com๐ง
Fax: +353 14964725 ๐
URL: http://www.garlandconsultancy.com๐ 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: JB Barry & Partners Ltd
National registration number: IE4814578J
Postal address: Classon House, Dundrum Business Park
Postal town: Dublin
Postal code: Dundrum, Dublin 14
Phone: +353 14851400๐
E-mail: tenders@jbbarry.ie๐ง
URL: http://www.jbbarry.ie๐ 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: Punch Consulting Engineers
National registration number: 4804875J
Postal address: 97 Henry Street
Postal town: Limerick
Postal code: Limerick
Phone: +353 12712200๐
E-mail: jhayes@punchconsulting.com๐ง
Fax: +353 612212201 ๐
Region: South-West ๐๏ธ
URL: http://www.punchconsulting.com๐ Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 5 000 000 ๐ฐ
5๏ธโฃ
Contract Number: 5 - Winner of the initial contract
Name and address of the contractor
Name: RPS Group Limited
National registration number: 4692126V
Postal address: West Pier Business Campus,
Postal code: Dun Laoghaire
Phone: +353 14882900๐
E-mail: clionnaidh.kelly@rpsgroup.com๐ง
URL: http://www.rpsgroup.com/ireland๐ Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 5 000 000 ๐ฐ
6๏ธโฃ
Contract Number: 6
Name and address of the contractor
Name: TOBIN Consulting Engineers
National registration number: IE8D22574O
Postal address: Fairgreen House, Fairgreen Road
Postal town: Galway
Postal code: Galway
Phone: +353 91565211๐
E-mail: brian.carroll@tobin.ie๐ง
Fax: +353 91565398 ๐
Region: West๐๏ธ
URL: http://www.tobinconsultingengineers.com๐ Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 5 000 000 ๐ฐ
Complementary information Review procedure
Precise information on deadline(s) for review procedures: Please consult your solicitor
Source: OJS 2023/S 200-627862 (2023-10-12)