Dublin City Council Multi Party Framework Agreement for an Architect Led Integrated Design Team for Community and Recreational buildings within DCC’s administrative area

The Contracting Authority (Dublin City Council) proposes to engage in a competitive process to establish a multi-party framework agreement for architect led integrated design team services for Community and Recreational buildings within DCC’s administrative area including public realm, parks, libraries, sports facilities, cafes, etc. with an initial contract for Fairview …

CPV: 71000000 Architectural, construction, engineering and inspection services, 71220000 Architectural design services, 71221000 Architectural services for buildings, 71300000 Engineering services, 71311000 Civil engineering consultancy services, 71324000 Quantity surveying services, 71420000 Landscape architectural services
Deadline:
March 7, 2025, noon
Deadline type:
Submitting a bid
Place of execution:
Dublin City Council Multi Party Framework Agreement for an Architect Led Integrated Design Team for Community and Recreational buildings within DCC’s administrative area
Awarding body:
Dublin City Council
Award number:
0

1. Buyer

1.1 Buyer

Official name : Dublin City Council
Legal type of the buyer : Local authority
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Dublin City Council Multi Party Framework Agreement for an Architect Led Integrated Design Team for Community and Recreational buildings within DCC’s administrative area
Description : The Contracting Authority (Dublin City Council) proposes to engage in a competitive process to establish a multi-party framework agreement for architect led integrated design team services for Community and Recreational buildings within DCC’s administrative area including public realm, parks, libraries, sports facilities, cafes, etc. with an initial contract for Fairview Park Library, Tearooms and Public Realm Improvements. The framework agreement will be established with eight economic operators comprising the following disciplines: (a) Architectural Services (Design Team Lead), fire safety design services, disability access design services, employer’s representative for the Works Contract, design certifier and assigned certifier services as defined under the Building Control (Amendment) Regulations 2014. (b) Landscape Architectural Services (c) Quantity Surveying Services (d) Civil and Structural Engineering Services (e) Mechanical and Electrical Engineering Services (incl. building energy rating) Additional ancillary disciplines / specialists may also be utilised in the Initial Contract or under this framework
Procedure identifier : 4224b8ec-50ca-4623-b1cc-5cc185f9f89e
Type of procedure : Negotiated with prior publication of a call for competition / competitive with negotiation
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure :

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71221000 Architectural services for buildings
Additional classification ( cpv ): 71000000 Architectural, construction, engineering and inspection services
Additional classification ( cpv ): 71220000 Architectural design services
Additional classification ( cpv ): 71300000 Engineering services
Additional classification ( cpv ): 71311000 Civil engineering consultancy services
Additional classification ( cpv ): 71420000 Landscape architectural services
Additional classification ( cpv ): 71324000 Quantity surveying services

2.1.2 Place of performance

Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland

2.1.3 Value

Maximum value of the framework agreement : 15 000 000 Euro

2.1.4 General information

Legal basis :
Directive 2014/24/EU

2.1.6 Grounds for exclusion

Purely national exclusion grounds : Please see documents for all exclusion grounds

5. Lot

5.1 Lot technical ID : LOT-0001

Title : Dublin City Council Multi Party Framework Agreement for an Architect Led Integrated Design Team for Community and Recreational buildings within DCC’s administrative area
Description : The Contracting Authority (Dublin City Council) proposes to engage in a competitive process to establish a multi-party framework agreement for architect led integrated design team services for Community and Recreational buildings within DCC’s administrative area including public realm, parks, libraries, sports facilities, cafes, etc. with an initial contract for Fairview Park Library, Tearooms and Public Realm Improvements. The framework agreement will be established with eight economic operators comprising the following disciplines: (a) Architectural Services (Design Team Lead), fire safety design services, disability access design services, employer’s representative for the Works Contract, design certifier and assigned certifier services as defined under the Building Control (Amendment) Regulations 2014. (b) Landscape Architectural Services (c) Quantity Surveying Services (d) Civil and Structural Engineering Services (e) Mechanical and Electrical Engineering Services (incl. building energy rating) Additional ancillary disciplines / specialists may also be utilised in the Initial Contract or under this framework
Internal identifier : 0

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71221000 Architectural services for buildings
Additional classification ( cpv ): 71000000 Architectural, construction, engineering and inspection services
Additional classification ( cpv ): 71220000 Architectural design services
Additional classification ( cpv ): 71300000 Engineering services
Additional classification ( cpv ): 71311000 Civil engineering consultancy services
Additional classification ( cpv ): 71420000 Landscape architectural services
Additional classification ( cpv ): 71324000 Quantity surveying services

5.1.2 Place of performance

Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Additional information :

5.1.3 Estimated duration

Other duration : Unknown

5.1.5 Value

Estimated value excluding VAT : 15 000 000 Euro

5.1.6 General information

Reserved participation : Participation is not reserved.
Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : yes

5.1.7 Strategic procurement

Aim of strategic procurement : No strategic procurement

5.1.9 Selection criteria

Criterion :
Type : Technical and professional ability
Description : See documents for all selection criteira
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Information about the second stage of a two-stage procedure :
Minimum number of candidates to be invited for the second stage of the procedure : 12
The procedure will take place in successive stages. At each stage, some participants may be eliminated
The buyer reserves the right to award the contract on the basis of the initial tenders without any further negotiations

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : English
Languages in which the procurement documents (or their parts) are unofficially available : English

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : English
Electronic catalogue : Not allowed
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of tenders : 07/03/2025 12:00 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Required
Electronic ordering will be used : yes
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, partly without reopening and partly with reopening of competition
Maximum number of participants : 8
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : The High Court of Ireland -
Organisation providing offline access to the procurement documents : Dublin City Council -
Organisation providing more information on the review procedures : The High Court of Ireland -
Organisation receiving requests to participate : Dublin City Council -
Organisation processing tenders : Dublin City Council -

8. Organisations

8.1 ORG-0001

Official name : Dublin City Council
Registration number : IE47732154U
Postal address : Civic Offices, Wood Quay
Town : Dublin
Postcode : D08 RF3F
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Telephone : 01 2224493
Internet address : https://www.dublincity.ie
Roles of this organisation :
Buyer
Organisation providing offline access to the procurement documents
Organisation receiving requests to participate
Organisation processing tenders

8.1 ORG-0002

Official name : The High Court of Ireland
Registration number : The High Court of Ireland
Department : The High Court of Ireland
Postal address : Four Courts, Inns Quay, Dublin 7
Town : Dublin
Postcode : D07 WDX8
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Telephone : +353 1 8886000
Roles of this organisation :
Review organisation
Organisation providing more information on the review procedures

8.1 ORG-0003

Official name : European Dynamics S.A.
Registration number : 002024901000
Department : European Dynamics S.A.
Town : Athens
Postcode : 15125
Country subdivision (NUTS) : Βόρειος Τομέας Αθηνών ( EL301 )
Country : Greece
Telephone : +30 2108094500
Roles of this organisation :
TED eSender
Notice information
Notice identifier/version : 5ffe8fbb-e9b0-466a-8b0e-6874073eb60d - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 30/01/2025 16:20 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00070816-2025
OJ S issue number : 23/2025
Publication date : 03/02/2025