Contract notice

Information

Cancelled

Expire date: 06/09/2016

External Reference: 2016-251360

TED Reference: 2016/S 144-260107

Contract notice

Cached Version

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Horse Racing Ireland (HRI)
N/A
Ballymany
Co Kildare
The Curragh
IE
Contact person: Amy Moran
Telephone: +353 045455400
NUTS code:  IE -  IRELAND
Internet address(es):
I.3)

Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at:  
http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=100214&B=ETENDERS_SIMPLE
Additional information can be obtained from
the abovementioned address:  
Tenders or requests to participate must be submitted
to the abovementioned address
I.4)

Type of the contracting authority

Body governed by public law
I.5)

Main activity

Recreation, culture and religion

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Single Party Framework for Architect-led design team services for the extension of Horse Racing Ireland's Ballymany headquarters
Reference number:  Architect-led design team
II.1.2)

Main CPV code

71220000  -  Architectural design services
II.1.3)

Type of contract

Services
II.1.4)

Short description

Horse Racing Ireland (HRI) was formally established by the Horse and Greyhound
Racing Act of 2001. Its mission is to develop and promote Ireland as a world
centre of excellence for horse racing and breeding. HRI is now engaging in a competitive tendering process for design team services
in respect of architect led multi-disciplinary design team services for an extension
of its headquarters in Ballymany Co. Kildare.
It is envisaged that the multi-disciplinary team appointed will consist of the
following individuals / skills.
• Lead Architect, also acting as Employers Representative
• Civil / Structural Engineer
• Mechanical / Electrical Consultant;
• Quantity Surveyor
• Project Supervisor Design Stage (PSDP)
• Fire Safety Consultant
Only those tenderers capable of delivering all of the disciplines listed above
(whether in-house or as a grouping / consortium) will be considered.
II.1.5)

Estimated total value

Value excluding VAT: 300000.00  EUR
II.1.6)

Information about lots

This contract is divided into lots: no
II.2)

Description

II.2.2)

Additional CPV code(s)

71000000  -  Architectural, construction, engineering and inspection services
71240000  -  Architectural, engineering and planning services
71250000  -  Architectural, engineering and surveying services
71300000  -  Engineering services
71311100  -  Civil engineering support services
71313000  -  Environmental engineering consultancy services
71320000  -  Engineering design services
71321000  -  Engineering design services for mechanical and electrical installations for buildings
71322000  -  Engineering design services for the construction of civil engineering works
71322100  -  Quantity surveying services for civil engineering works
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
Main site or place of performance:  
Kildare, Ireland
II.2.4)

Description of the procurement

Horse Racing Ireland (HRI) was formally established by the Horse and Greyhound
Racing Act of 2001. Its mission is to develop and promote Ireland as a world
centre of excellence for horse racing and breeding. HRI is now engaging in a competitive tendering process for design team services in respect of architect led multi-disciplinary design team services for an extension of its headquarters in Ballymany Co. Kildare.
It is envisaged that the multi-disciplinary team appointed will consist of the following individuals / skills.
• Lead Architect, also acting as Employers Representative
• Civil / Structural Engineer
• Mechanical / Electrical Consultant;
• Quantity Surveyor
• Project Supervisor Design Stage (PSDP)
• Fire Safety Consultant
Only those tenderers capable of delivering all of the disciplines listed above
(whether in-house or as a grouping / consortium) will be considered.
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)

Estimated value

Value excluding VAT: 300000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48
This contract is subject to renewal: no
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: no
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no

Section III: Legal, economic, financial and technical information

III.1)

Conditions for participation

III.1.2)

Economic and financial standing

Selection criteria as stated in the procurement documents
III.1.3)

Technical and professional ability

Selection criteria as stated in the procurement documents
III.2)

Conditions related to the contract

III.2.2)

Contract performance conditions

A grouping, if successful, may be required to contract as a single entity having joint and several liability but subject to the agreement of the contracting parties. If it is proposed to sub-contract the delivery of any portion of any contracts under the framework, it may be a condition of award of contract that both the service provider and any proposed sub-contractor enter simultaneously into a collateral warranty with the contracting authority for the relevant portion of that contract.
III.2.3)

Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Open procedure
IV.1.3)

Information about a framework agreement or a dynamic purchasing system

Framework agreement with a single operator
IV.1.8)

Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: yes
IV.2)

Administrative information

IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  06/09/2016
Local time:  12:00
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English
IV.2.6)

Minimum time frame during which the tenderer must maintain the tender

Tender must be valid until:  06/09/2017
IV.2.7)

Conditions for opening of tenders

Date:  06/09/2016
Local time:  12:00
Place:  
Tender submissions will be opened at Horse Racing Ireland's headquarter in Ballymany, Co. Kildare by authorised officers

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.2)

Information about electronic workflows

Electronic invoicing will be accepted
Electronic payment will be used
VI.3)

Additional information

1) Interested parties must register their interest on the eTenders web site (www.etenders.gov.ie) in order to be included on the mailing list for clarifications. 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. The contracting authority will not accept responsibility for information relayed (or not relayed) via third parties.
2) This is the sole call for competition for this service.
3) The contracting authority will not be responsible for any costs, charges or expenses incurred by candidates or tenderers.
4) Establishment of the framework will be subject to the approval of the competent authorities.
5) It will be a condition of establishment that tenderers and all sub-contractors are fully tax compliant as part of their application for participation in the competition.
6) If for any reason it is not possible to admit to the framework agreement the tenderer invited following the conclusion of this competitive process, the contracting authority reserves the right to invite the next highest scoring tenderers to join the framework agreement as appropriate.
This shall be without prejudice to the right of the contracting authority to cancel this competitive process and/or initiate a new contract award procedure at its sole discretion.
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) 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.
9) 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.
VI.4)

Procedures for review

VI.4.1)

Review body

The High Court
Four Court, Inns Quay
Dublin
0000
IE
Telephone: +353 18886000
Fax: +353 118886088
Internet address: http://www.courts.ie

VI.4.2)

Body responsible for mediation procedures

Please consult your legal advisor
Dublin
IE

VI.4.3)

Review procedure

Precise information on deadline(s) for review procedures: 
Statutory Instrument No. 130 of 2010 (the Irish Remedies Regulations) provides that review procedures are available in the High Court to a person who has or has had an interest in obtaining the framework agreement (including the reviewable public contract) and alleges that he or she has been harmed or is at risk of being harmed by an infringement of the law in relation to that framework agreement and reviewable public contract.
VI.4.4)

Service from which information about the review procedure may be obtained

Please consult your legal advisor
Dublin
IE

VI.5)

Date of dispatch of this notice

26/07/2016