Contract notice

Information

Published

Date of dispatch of this notice: 02/10/2015

Expire date: 05/11/2015

External Reference: 2015-706661

TED Reference: 2015/S 194-352231

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)

Galway Mayo Institute of Technology
N/A
Dublin Road
H91 T8NW  Galway
IE
For the attention of: Corinna Gavin
Telephone: +353 91753161
E-mail: buildingsdept@gmit.ie
Fax: +353 91759706
Internet address(es):
General address of the contracting authority: http://www.gmit.ie
Address of the buyer profile: http://irl.eu-supply.com/ctm/Supplier/CompanyInformation/Index/1160
Electronic access to information: http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=93176&B=ETENDERS_SIMPLE
Electronic submission of tenders and requests to participate: http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=93176&B=ETENDERS_SIMPLE
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:

Establishment of a Single-Party Framework Agreement for an Architect led Integrated Design Team Service.

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:

    Castlebar Co Mayo & Galway

    NUTS code
    Border, Midland and Western
    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 a single operator
    Duration of the framework agreement
    Duration in years: 4
    Justification for a framework agreement, the duration of which exceeds four years: 
    Estimated total value of purchases for the entire duration of the framework agreement
    Estimated cost excluding VAT
    Range: between  75000  and 400000  EUR
    Frequency and value of the contracts to be awarded:

    It is intended that the initial contract at GMIT Mayo Campus, Westport Road, Castlebar, Co Mayo forms part of this Framework Agreement. The duration of this framework is 4 years but for avoidance of doubt Call-off contracts may extend beyond the life of the framework.

    II.1.5)

    Short description of the contract or purchase(s)

    The establishment of a single-party framework for an integrated Architect led Design Team Service. The initial contract at our GMIT Mayo Campus, Castlebar, Co Mayo is for roof remedial works, including investigation and survey of existing roof structure, removal of asbestos containing slates, roof replacement, downpipe and gutter replacement to buildings at GMIT Mayo Campus, Westport Road, Castlebar, Co Mayo. It is intended that the initial contract forms part of this Framework Agreement. Subsequent call-off contracts for the other GMIT Third Level Educational Facilities may also form part of this framework. The duration of this framework is 4 years but for avoidance of doubt Call-off contracts may extend beyond the life of the framework.

    II.1.6)

    Common procurement vocabulary (CPV)

    Main vocabulary
    71300000   Engineering services
    Supplementary vocabulary
    71000000   Architectural, construction, engineering and inspection services
    71200000   Architectural and related services
    71311000   Civil engineering consultancy services
    71312000   Structural engineering consultancy services
    71317000   Hazard protection and control consultancy services
    71318000   Advisory and consultative engineering services
    71321000   Engineering design services for mechanical and electrical installations for buildings
    71324000   Quantity surveying services
    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:  no
    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:

    The Contracting Authority (Galway-Mayo Institute of Technology) is seeking to establish single-party framework agreement for integrated design team services to tender for roof and building remedial works, including investigation & survey of the existing roof structure, removal of slates containing some asbestos, roof remediation and remedial work, downpipe & gutter replacement, pointing work to stonework repairs and chimneys.

    The Integrated Design Team will be responsible for providing all construction- related technical advice and design services under the framework agreement. This framework agreement is for site investigation, preliminary design, detailed design, planning application, procurement of works contractor, works supervision and handover of works to the Client – GMIT. The initial contract is located at our GMIT - Mayo Campus, Westport Road, Castlebar, Co Mayo

    Note: The single-party framework agreement will be established on foot of an initial contract with possible other related consultancy conservation contracts awarded under the framework during the 4 year period for the following locations:

    (i) GMIT CCAM (Cluain Mhuire Campus), Monivea Road Galway

    (ii) GMIT Murrough House, Merlin Park Galway

    (iii) GMIT Mayo Campus, Westport Road, Castlebar Co Mayo further

    (iv) GMIT Letterfrack Campus, Letterfrack, Co Galway

    The duration of this framework is 4 years but for avoidance of doubt Call-off contracts may extend beyond the life of the framework.

    Estimated cost excluding VAT
    Range: between  75000  and 400000  EUR
    II.2.2)

    Information about options

    Options: no
    II.2.3)

    Information about renewals

    This contract is subject to renewal: no
    II.3)

    Duration of the contract or time limit for completion

    Duration in months: 048 (from the award of the contract)

    Section III: Legal, economic, financial and technical information

    III.1)

    Conditions relating to the contract

    III.1.3)

    Legal form to be taken by the group of economic operators to whom the contract is to be awarded:

    Prior to the conclusion of the framework agreement, the Contracting Authority reserves the right, at its absolute discretion, to require the lead Architectural firm to contract:

    - On the basis of joint and several liability with other member of the candidate executing the contract; or

    - With a particular single member of the tenderer as the prime consultant, with the other members providing collateral agreements and/or guarantees.

    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:

    Please refer to the Project Information Memorandum and the Suitability Assessment Questionnaire available to download from www.etenders.gov.ie Ref: 99922

    III.2.2)

    Economic and financial ability

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

    Please refer to the Project Information Memorandum and the Suitability Assessment Questionnaire available to download from www.etenders.gov.ie Ref: 99922

    Minimum level(s) of standards possibly required:

    Please refer to the Project Information Memorandum and the Suitability Assessment Questionnaire available to download from www.etenders.gov.ie Ref: 99922

    III.2.3)

    Technical capacity

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

    Please refer to the Project Information Memorandum and the Suitability Assessment Questionnaire available to download from www.etenders.gov.ie Ref: 99922

    Minimum level(s) of standards possibly required:

    Please refer to the Project Information Memorandum and the Suitability Assessment Questionnaire available to download from www.etenders.gov.ie Ref: 99922

    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: yes

    Section IV: Procedure

    IV.1)

    Type of procedure

    IV.1.1)

    Type of procedure

    Restricted
    IV.1.2)

    Limitations on the number of operators who will be invited to tender or to participate

    Envisaged minimum number  5  and  maximum number  8
    Objective criteria for choosing the limited number of candidates: 

    Applications received will be assessed on the basis of the rules, criteria and weightings set out in the Suitability Assessment Questionnaire. It is envisaged that the top 5 scoring Candidates (subject to the quality and number of applications received) which also meet the minimum criteria and rules for selection set out in the Suitability Assessment Questionnaire will be invited to tender stage for the initial contract.

    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

    GMIT RRP IDT

    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

    03.11.2015 - 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:

    1. Interested parties must register their interest on the eTenders web site only. Registration is free of charge. The contracting authority will not accept responsibility for information relayed (or not relayed) via third parties.

    2. Please note this is the sole call for competition for these services.

    3. The contracting authority will not be responsible for any costs, charges or expenses incurred by candidates or tenderers.

    4.Framework Agreement and any Contract awards will be subject to the approval of all the relevant competent authorities.

    5.It will be a condition of award that candidates are tax compliant and are in a position to produce a valid tax clearance certificate from the Revenue Commissioners when requested.

    6. If for any reason it is not possible to admit to the framework agreement one or more of the tenderers invited following the conclusion of this competitive process, the contracting authority reserves the right to invite the next highest scoring tenderer to join the framework agreement as appropriate.

    7. At its absolute discretion, the contracting authority may elect to terminate this procurement process, the framework agreement or any contract awarded under the framework agreement at any time.

    8. Without prejudice to the principle of equal treatment, the contracting authority is not obliged to engage in a clarification process in respect of questionnaires with missing or incomplete information. Therefore, candidates are advised to ensure that they return FULLY COMPLETED questionnaires in order to avoid the risk of elimination from the competition.All documents and clarifications will be available only via the documents section of this competition on etenders only.

    VI.4)

    Procedures for appeal

    VI.4.1)

    Body responsible for appeal procedures

    The High Court
    Four Courts, Inns Quay
    7  Dublin
    IE
    Internet address:
     

    Body responsible for mediation procedures

    VI.4.2)

    Lodging of appeals

    Precise information on deadline(s) for lodging appeals:

    Please refer to the relevant Irish Statutory Instruments (SI 130 of 2010 and SI 420 of 2010) available at www.irishstatutebook.ie

    VI.4.3)

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

    Your Legal Advisor
    Internet address: