Ireland-Dublin: Architectural Services Tender
Ireland-Dublin: Architectural services tender
Official EU reference: 33116-2014
Procurer reference: etenders ref no 81420
Published on: 30/01/2014
Deadline date:10/03/2014
Name of the buying organisation: DUBLIN CITY COUNCIL
Summary of the contract
Multi-Party Framework agreement – Multi-Party Framework Agreement for the
provision of surveying and legal mapping services.
Provide a surveying and legal mapping service to the Surveying and Mapping
Division of Dublin City Council (DCC) as and when requested. This would
include joint operations with the Division’s staff if necessary.
CPV: 71250000, 71251000.
Full contract details
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1) Name, addresses and contact point(s)
Dublin City Council
Environment and Engineering Dept. Block 1 Floor 6, Civic Offices, Wood
Quay
For the attention of: Thomas Curran
8 Dublin
IRELAND
Telephone: +353 12222370
E-mail: [email protected]
Internet address(es):
General address of the contracting authority: http://www.dublincity.ie
Further information can be obtained from: www.etenders.gov.ie
IRELAND
Specifications and additional documents (including documents for
competitive dialogue and a dynamic purchasing system) can be obtained
from: www.etenders.gov.ie
IRELAND
Tenders or requests to participate must be sent to: The above mentioned
contact point(s)
I.2) Type of the contracting authority
Regional or local authority
I.3) Main activity
General public services
I.4) Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting
authorities: no
Section II: Object of the contract
II.1) Description
II.1.1) Title attributed to the contract by the contracting authority:
Multi-Party Framework agreement – Multi-Party Framework Agreement for the
provision of surveying and legal mapping services.
II.1.2) Type of contract and location of works, place of delivery or of
performance
Services
Service category No 12: Architectural services; engineering services and
integrated engineering services; urban planning and landscape engineering
services; related scientific and technical consulting services; technical
testing and analysis services
Main site or location of works, place of delivery or of performance:
Dublin.
NUTS code IE021
II.1.3) Information about a public contract, a framework agreement or a
dynamic purchasing system (DPS)
The notice involves the establishment of a framework agreement
II.1.4) Information on framework agreement
Framework agreement with several operators
maximum number of participants to the framework agreement envisaged: 12
Duration of the framework agreement
Duration in years: 2
Estimated total value of purchases for the entire duration of the
framework agreement
Estimated value excluding VAT:
Range: between 25 000 and 250 000 EUR
II.1.5) Short description of the contract or purchase(s)
Provide a surveying and legal mapping service to the Surveying and Mapping
Division of Dublin City Council (DCC) as and when requested. This would
include joint operations with the Division’s staff if necessary.
II.1.6) Common procurement vocabulary (CPV)
71250000, 71251000
II.1.7) Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8) Lots
This contract is divided into lots: yes
Tenders may be submitted for one or more lots
II.1.9) Information about variants
Variants will be accepted: no
II.2) Quantity or scope of the contract
II.2.1) Total quantity or scope:
Multi-party framework agreement for two years duration entailing the
provision of surveying and legal mapping services to the Surveying/Mapping
Division of Dublin City Council (DCC). Comprises two Lots – LOT 1.
Provision of a surveying service and technical support LOT 2. Provision of
legal mapping services. Both lots to allow for joint operations with DCC
staff.
Estimated value excluding VAT:
Range: between 25 000 and 250 000 EUR
II.2.2) Information about options
Options: no
Information about lots
Lot No: 1
Lot title: Multi-party framework agreement for the provision of surveying
services
1) Short description
Lot 1
Provide a surveying service to the Surveying/Mapping Division of Dublin
City Council’s Environment and Engineering Dept.
2) Common procurement vocabulary (CPV)
71250000, 71251000
3) Quantity or scope
Lot 1
Provide a surveying service which will include topographic surveys of
urban/rural sites, GPS control networks, façade, boundary, river and
building surveys and other such surveys that will be described at a future
time by Dublin City Council’s Surveying/Mapping staff. All survey data
will be related to ITM or ING. Provide a precision levelling and laser
scanning service. Provide technical support for occasional larger projects
undertaken by the Surveying/Mapping Division.
Lot No: 2
Lot title: Multi-party framework agreement for the provision of legal
mapping services
1) Short description
Lot 2
Provide support to Surveying/Mapping Division in delivery of legal mapping
services to various departments within Dublin City Council
2) Common procurement vocabulary (CPV)
71250000, 71251000
3) Quantity or scope
Lot 2
Provide support to Surveying/Mapping Division in delivery of legal mapping
services for the purpose of property title registrations, various housing
schemes, CPO’S and other legal mapping procedures (this would be expected
to include building and boundary surveys, mapping and related research for
legal documentation and registration of property titles in the PRAI).
Section III: Legal, economic, financial and technical information
III.1) Conditions relating to the contract
III.1.4) Other particular conditions
The performance of the contract is subject to particular conditions: no
III.2) Conditions for participation
III.2.1) Personal situation of economic operators, including requirements
relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements
are met: See tender documents for details available at etenders.gov.ie
III.2.2) Economic and financial ability
Information and formalities necessary for evaluating if the requirements
are met: See tender documents for details available at etenders.gov.ie
Minimum level(s) of standards possibly required: See tender documents for
details available at etenders.gov.ie
III.2.3) Technical capacity
Information and formalities necessary for evaluating if the requirements
are met:
See tender documents for details available at etenders.gov.ie
Minimum level(s) of standards possibly required:
See tender documents for details available at etenders.gov.ie
III.3) Conditions specific to services contracts
III.3.1) Information about a particular profession
Execution of the service is reserved to a particular profession: no
III.3.2) Staff responsible for the execution of the service
Legal persons should indicate the names and professional qualifications of
the staff responsible for the execution of the service: no
Section IV: Procedure
IV.1) Type of procedure
IV.1.1) Type of procedure
Open
IV.2) Award criteria
IV.2.1) Award criteria
The most economically advantageous tender in terms of the criteria stated
in the specifications, in the invitation to tender or to negotiate or in
the descriptive document
IV.2.2) Information about electronic auction
An electronic auction will be used: no
IV.3) Administrative information
IV.3.1) File reference number attributed by the contracting authority:
etenders ref no 81420
IV.3.2) Previous publication(s) concerning the same contract
no
IV.3.3) Conditions for obtaining specifications and additional documents
or descriptive document
Payable documents: no
IV.3.4) Time limit for receipt of tenders or requests to participate
10.3.2014 – 12:00
IV.3.6) Language(s) in which tenders or requests to participate may be
drawn up
English.
Other: GA
IV.3.7) Minimum time frame during which the tenderer must maintain the
tender
Duration in months: 24 (from the date stated for receipt of tender)
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement: no
VI.2) Information about European Union funds
The contract is related to a project and/or programme financed by European
Union funds: no
VI.3) Additional information
Additional information– Dublin City Council.
1. Dublin City Council is subject to the provisions of the Freedom of
Information Act (FOI) 1997, 2003. 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. Tenders may be submitted in English or in the Irish language.
7. Please note that OJEU contracts are covered by the Government
Procurement Agreement (GPA).
8. Appeals procedure: The body to whom appeals should be addressed is –
The High Court, Four Courts, Inns Quay, Dublin 7
9. All queries regarding this tender must be emailed to
[email protected] for the attention of Thomas Curran. 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 noon on Friday 28th February to enable issue of responses to all
interested parties.
VI.4) Procedures for appeal
VI.4.1) Body responsible for appeal procedures
The High Court
Four Courts
7 Dublin
IRELAND
VI.5) Date of dispatch of this notice:
28.1.2014
Classification of the contract
71250000 Architectural, engineering and surveying services
71251000 Architectural and building-surveying services