Contract notice

Information

Published

Date of dispatch of this notice: 20/04/2016

Expire date: 23/05/2016

External Reference: 2016-658352

TED Reference: 2016/S 080-142463

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 College Cork ( UCC )
N/A
6 Elderwood
College Rd  Cork
IE
For the attention of: Capital Projects Office UCC
Telephone: +353 214903635
E-mail: cpot@ucc.ie
Internet address(es):
General address of the contracting authority: http://www.ucc.ie
Address of the buyer profile: http://irl.eu-supply.com/ctm/Supplier/CompanyInformation/Index/1198
Electronic access to information: http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=98228&B=ETENDERS_SIMPLE
Electronic submission of tenders and requests to participate: http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=98228&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: yes
In Addition to UCC ,contracts under this framework may also be awarded on behalf of Campus Accommodation UCC Ltd (CAUL)

Section II: Object of the contract

II.1)

Description

II.1.1)

Title attributed to the contract by the contracting authority:

Establishment of a Multi-Supplier Framework of Construction Consultancy Teams for Development of Student Accommodation at Multiple Sites for UCC

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:

    Cork

    NUTS code
    IRELAND
    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
    Number of participants to the framework agreement envisaged: 5
    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
    II.1.5)

    Short description of the contract or purchase(s)

    Establishment of a Multi-Supplier Framework of Construction Consultancy Teams

    for Development of Student Accommodation at Multiple Sites for UCC &

    Appointment of Construction Consultancy Team for the Development of New

    Student Accommodation facility at Victoria Cross, Cork.The Framework

    Agreement will be established on foot of competitive tenders received for the

    award of an initial services contract to design a new 200-250 bed student

    accommodation facility at Victoria Cross on a UCC Brownfield site. (the “Initial

    Contract”).The construction consultancy services required to carry out

    the Initial Contract and to participate on the Framework will be procured on the

    basis of an Architect Lead single design team appointment. The highest ranked

    tenderer will be required to provide the full range of consultancy services for the

    delivery of the Initial Contract including but not limited to the following.

    1. Architectural Services (including DAC & Planning)

    2. Civil/Structural & Fire Engineering Services

    3. Mechanical & Electrical Engineering Services

    4. Project Supervisor Design Process (PSDP)

    5. Quantity Surveying Services

    The initial contract will be developed and tendered on a Design & Build basis.

    UCC will novate certain members of the Design Team to the D & B contractor at

    the completion of Stage III Tender & Award Stage.

    II.1.6)

    Common procurement vocabulary (CPV)

    Main vocabulary
    71000000   Architectural, construction, engineering and inspection services
    Supplementary vocabulary
    71200000   Architectural and related services
    71240000   Architectural, engineering and planning services
    71300000   Engineering services
    71311000   Civil engineering consultancy services
    71317100   Fire and explosion protection and control consultancy services
    71317210   Health and safety consultancy services
    71320000   Engineering design services
    71321000   Engineering design services for mechanical and electrical installations for buildings
    71324000   Quantity surveying services
    71334000   Mechanical and electrical engineering 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:  yes
    Tenders may be submitted for  one lot only
    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:

    Refer to Information Memorandum & Suitability Assessment Questionnaire.

    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)

    Information about lots

    Lot No: 1  Lot title: Establishment of a Multi-Supplier Framework of Construction Consultancy Teams for Development of Student Accommodation at Multiple Sites for UCC
    1)

    Short description:

    Establishment of a Multi-Supplier Framework of Construction Consultancy Teams for Development of Student Accommodation at Multiple Sites for UCC & Appointment of Construction Consultancy Team for the Development of New

    Student Accommodation facility at Victoria Cross, Cork.The Framework

    Agreement will be established on foot of competitive tenders received for the

    award of an initial services contract to design a new 200-250 bed student

    accommodation facility at Victoria Cross on a UCC Brownfield site. (the “Initial

    Contract”).

    The construction consultancy services required to carry out

    the Initial Contract and to participate on the Framework will be procured on the basis of an Architect Lead single design team appointment. The highest ranked tenderer will be required to provide the full range of consultancy services for the delivery of the Initial Contract including but not limited to the following.

    1. Architectural Services (including DAC & Planning)

    2. Civil/Structural & Fire Engineering Services

    3. Mechanical & Electrical Engineering Services

    4. Project Supervisor Design Process (PSDP)

    5. Quantity Surveying Services

    The initial contract will be developed and tendered on a Design & Build basis.

    UCC will novate certain members of the Design Team to the D & B contractor at the completion of Stage III Tender & Award Stage.

    2)

    Common procurement vocabulary (CPV)

    Main vocabulary
    71000000   Architectural, construction, engineering and inspection services
    Supplementary vocabulary
    71200000   Architectural and related services
    71240000   Architectural, engineering and planning services
    71300000   Engineering services
    71311000   Civil engineering consultancy services
    71317100   Fire and explosion protection and control consultancy services
    71317210   Health and safety consultancy services
    71320000   Engineering design services
    71321000   Engineering design services for mechanical and electrical installations for buildings
    71324000   Quantity surveying services
    71334000   Mechanical and electrical engineering services
    3)

    Quantity or scope:

    Refer to Information Memorandum & Suitability Assessment Questionnaire.

    4)

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

    5)

    Additional information about lots:

    Refer to Information Memorandum & Suitability Assessment Questionnaire.

    Section III: Legal, economic, financial and technical information

    III.1)

    Conditions relating to the contract

    III.1.1)

    Deposits and guarantees required:

    Refer to Information Memorandum & Suitability Assessment Questionnaire.

    III.1.2)

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

    Refer to Information Memorandum & Suitability Assessment Questionnaire.

    III.1.3)

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

    Refer to Information Memorandum & Suitability Assessment Questionnaire.

    III.1.4)

    Other particular conditions

    The performance of the contract is subject to particular conditions: yes
    Description of particular conditions: 

    Refer to Information Memorandum & Suitability Assessment Questionnaire.

    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:

    Refer to Information Memorandum & Suitability Assessment Questionnaire.

    III.2.2)

    Economic and financial ability

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

    Refer to Information Memorandum & Suitability Assessment Questionnaire.

    Minimum level(s) of standards possibly required:

    Refer to Information Memorandum & Suitability Assessment Questionnaire.

    III.2.3)

    Technical capacity

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

    Refer to Information Memorandum & Suitability Assessment Questionnaire.

    Minimum level(s) of standards possibly required:

    Refer to Information Memorandum & 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

    Restricted
    IV.1.2)

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

    Envisaged number of operators:  8
    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

    UCC Consultant‘s Framework SA

    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

    23.05.2016 - 12:00
    IV.3.5)

    Date of dispatch of invitations to tender or to participate to selected candidates

    13.06.2016
    IV.3.6)

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

    [Language_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:

    Refer to Information Memorandum & Suitability Assessment Questionnaire.

    VI.4)

    Procedures for appeal

    VI.4.1)

    Body responsible for appeal procedures

    University College Cork
    Capital Projects Office , Building and Estates
    Cork
    Telephone: +353 214903635
    E-mail: cpot@ucc.ie
    Fax: +353 214903104
    Internet address:
     

    Body responsible for mediation procedures

    University College Cork
    Capital Projects Office , Building and Estates
    Cork
    Telephone: +353 214903635
    E-mail: cpot@ucc.ie
    Fax: +353 214903104
    Internet address:
    VI.4.2)

    Lodging of appeals

    Precise information on deadline(s) for lodging appeals:
    VI.4.3)

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

    University College Cork
    Capital Projects Office , Building and Estates
    Cork
    Telephone: +353 214903635
    E-mail: cpot@ucc.ie
    Fax: +353 214903104
    Internet address: