Contract notice

Information

Published

Date of dispatch of this notice: 15/09/2015

Expire date: 30/09/2015

External Reference: 2015-149309

TED Reference: 2015/S 182-330354

Contract notice

Cached Version

Contract notice

Classic Sector

Directive 2004/18/EC

Services

Section I: Contracting authority

I.1)

Name, addresses and contact point(s)

University of Limerick
N/A
Limerick
Limerick
IE
Contact point(s): Buildings and Estates Department
For the attention of: Robert Reidy
Telephone: +353 061213422
E-mail: cliona.donnellan@ul.ie
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for a dynamic purchasing system) can be obtained from:The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.2)

Type of the contracting authority

Body governed by public law
I.3)

Main activity

  • Education
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:

Architectural Services for Refurbishment of Student Residents

II.1.2)

Type of contract and location of works, place of delivery or of performance

Services
    Category No12:  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:

    University of Limerick, Limerick, Ireland

    NUTS code
    IRELAND
    II.1.5)

    Short description of the contract or purchase(s)

    In September 2014 University of Limerick (the “Authority”) undertook an OJEC

    competition (Ref RFT 88256 – UL0339) for the appointment of a design team for

    the phased refurbishment programme for the existing Plassey, Kilmurry, Dromroe

    and Thomond Student Village on the University of Limerick Campus

    (the “Project”). The design team for the project was appointed in February 2015.

    The scheme design for Kilmurry Village has been progressed and a ‘pilot project’

    comprising the refurbishment of two (2) housing units commenced on site in July

    2015 and is due for completion in September 2015. Following completion of

    the ‘pilot project’ the final scheme design for Kilmurry Village will be confirmed and

    the detailed design and procurement of the remainder of the project will be

    progressed to allow for commencement of works on site in Summer 2016. No

    work has commenced on Plassey, Dromroe and Thomond Student Villages at this

    stage.

    As a result of the liquidation of the originally appointed Architect (“Original

    Consultant”) it is now intended to appoint a replacement Architect with Interior

    Design expertise and PSDP (“Replacement Consultant”) for the Project in two (2)

    separate Lots. Applicants are advised that in respect of Lot 1, Kilmurry Village

    Student Residences, the “Replacement Consultant” will be required to take the

    agreed final scheme for the ‘pilot project’, as noted above, through detailed

    design, tender and construction. In respect of Lot 2 the “Replacement

    Consultant” will be required to provide full design services for Plassey Village,

    Dromroe Village and Thomond Village Student Residences. The “Replacement

    Consultant” will be required to fully assess design work undertaken on the Project

    by the “Original Consultant” and to take full responsibility for this existing design

    work where relied upon in the delivery of the project.

    II.1.6)

    Common procurement vocabulary (CPV)

    Main vocabulary
    71200000   Architectural and related services
    II.1.7)

    Information about Government Procurement Agreement (GPA)

    The contract is covered by the Government Procurement Agreement (GPA):  no
    II.1.8)

    Lots

    This contract is divided into lots:  yes
    Tenders may be submitted for  all 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:

    In September 2014 University of Limerick (the “Authority”) undertook an OJEC competition (Ref RFT 88256 – UL0339) for the appointment of a design team for the phased refurbishment programme for the existing Plassey, Kilmurry, Dromroe and Thomond Student Village on the University of Limerick Campus (the “Project”). The design team for the project was appointed in February 2015. The scheme design for Kilmurry Village has been progressed and a ‘pilot project’ comprising the refurbishment of two (2) housing units commenced on site in July 2015 and is due for completion in September 2015. Following completion of the ‘pilot project’ the final scheme design for Kilmurry Village will be confirmed and the detailed design and procurement of the remainder of the project will be progressed to allow for commencement of works on site in Summer 2016. No work has commenced on Plassey, Dromroe and Thomond Student Villages at this stage.

    As a result of the liquidation of the originally appointed Architect (“Original Consultant”) it is now intended to appoint a replacement Architect with Interior Design expertise and PSDP (“Replacement Consultant”) for the Project in two (2) separate Lots. Applicants are advised that in respect of Lot 1, Kilmurry Village Student Residences, the “Replacement Consultant” will be required to take the agreed final scheme for the ‘pilot project’, as noted above, through detailed design, tender and construction. In respect of Lot 2 the “Replacement Consultant” will be required to provide full design services for Plassey Village, Dromroe Village and Thomond Village Student Residences. The “Replacement Consultant” will be required to fully assess design work undertaken on the Project by the “Original Consultant” and to take full responsibility for this existing design work where relied upon in the delivery of the project. Details of the services to be provided by the “Replacement Consultant” including details regarding the design work already completed on Kilmurry Village will be set down in the tender documents. The housing units forming the ‘pilot project’ will be available for inspection by all the shortlisted Applicants during the tender stage.

    Estimated cost excluding VAT: 300000  EUR
    II.2.2)

    Information about options

    Options: no
    II.2.3)

    Information about renewals

    This contract is subject to renewal: no

    Information about lots

    Lot No: 1  Lot title: Kilmurry Village Student Residences
    1)

    Short description:

    Kilmurry Village Student Residences, the “Replacement Consultant” will be required to take the agreed final scheme for the ‘pilot project’, as noted above, through detailed design, tender and construction.

    2)

    Common procurement vocabulary (CPV)

    Main vocabulary
    71200000   Architectural and related services
    3)

    Quantity or scope:

    4)

    Indication about different date for duration of contract or starting/completion

    5)

    Additional information about lots:

    Lot No: 2  Lot title: Plassey Village, Dromroe Village and Thomond Village Student Residences
    1)

    Short description:

    The “Replacement Consultant” will be required to provide full design services for Plassey Village, Dromroe Village and Thomond Village Student Residences.

    2)

    Common procurement vocabulary (CPV)

    Main vocabulary
    71200000   Architectural and related services
    3)

    Quantity or scope:

    4)

    Indication about different date for duration of contract or starting/completion

    5)

    Additional information about lots:

    Section III: Legal, economic, financial and technical information

    III.1)

    Conditions relating to the contract

    III.1.1)

    Deposits and guarantees required:

    N/A

    III.1.2)

    Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them

    In accordance with the conditions of contract to be entered into with the successful consultant

    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:

    Applicants are advised to refer to the Suitability Assessment Questionnaire.

    III.2.2)

    Economic and financial ability

    Information and formalities necessary for evaluating if the requirements are met:

    Applicants are advised to refer to the Suitability Assessment Questionnaire.

    Minimum level(s) of standards possibly required:

    Please also refer to Suitability Assessment Questionnaire for further requirements.

    III.2.3)

    Technical capacity

    Information and formalities necessary for evaluating if the requirements are met:

    Applicants are advised to refer to the Suitability Assessment Questionnaire

    Minimum level(s) of standards possibly required:

    Applicants are advised to refer to the Suitability Assessment Questionnaire

    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

    Accelerated restricted
    Justification for the choice of accelerated procedure:

    Plassey Campus Centre commenced their programme for the phased refurbishment of four (4) existing Student Villages on the University of Limerick Campus in 2014. Due to the nature of the operation of the Student Villages, where Villages are fully occupied and in use during the University’s academic year, refurbishment works can only take place between May and August each year. As a result of the liquidation of the “Original Consultant” the Authority has incurred significant delays to the refurbishment programme. To maintain the programme of works scheduled for Summer 2016 a replacement Architect, including Interior Design and PSDP, is required to be appointed as soon as possible.

    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

    UL0377

    IV.3.2)

    Previous publication(s) concerning the same contract

    Other previous publications
    Notice number in the OJEU: 2014/S 175-309195  of 12.09.2014
    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

    30.09.2015 - 12:00
    IV.3.6)

    Language(s) in which tenders or requests to participate may be drawn up

    EN

    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:

    (a) Candidates shall state if any of (and the reasons why) information supplied by them in response to this notice is confidential or commercially sensitive or should not be disclosed in respect of a request for information under the Freedom of Information Acts 1997-2003.

    (b) Any contract award is subject to production of a current tax clearance certificate from the Revenue Commissioners in Ireland.

    (c) All costs incurred by candidates in preparing submissions must be borne by them. The contracting authority accepts no liability for these costs, irrespective of the outcome of the competition, or if the competition is postponed or cancelled.

    (d) The contracting authority may terminate this competition (or any part thereof), change the basis of and the procedures for the bidding process, at any time, or procure the contract by alternative means if it appears that it can thereby be more advantageously procured. The most economically advantageous or any tender will not necessarily be accepted.

    (e) Candidates should note that this is a two stage selection process. Stage 1 involves Candidates submitting information required by this notice and the suitability assessment questionnaire attached to this notice to the stipulated address and by the stipulated time. For Stage 2 it is envisaged that a minimum of three and a maximum of six suppliers will be invited to tender for each project depending on the quality of the pre-qualification submissions received.

    (f) Applicants should be aware that the projects will be executed using the Public Works Contract (Department of Finance).

    (g) All times set out in this contract notice are in local Irish time.

    (h) All monetary amounts shall be quoted in Euro.

    (i) For further information on the procedures governing the competition, candidates’ attention is drawn to the suitability assessment questionnaire.

    (j) Candidates must register their interest on the etenders website (www.e-tenders.gov.ie) in order to be included on the mailing list for documentation in relation to the competition.

    VI.4)

    Procedures for appeal

    VI.4.1)

    Body responsible for appeal procedures

     

    Body responsible for mediation procedures

    VI.4.2)

    Lodging of appeals

    Precise information on deadline(s) for lodging appeals:

    Contained in Regulation 7 of the European Communities (Public Authorities’ Contracts) (Review Procedures) Regulations 2010 (SI No. 130 of 2010)

    VI.4.3)

    Service from which information about the lodging of appeals may be obtained

    The High Court of Ireland
    High Court Central Office, Four Courts
    00  Inns Quay, Dublin
    IE
    E-mail: highcourtcentraloffice@courts.ie
    Internet address: