Contract notice

Information

Published

Date of dispatch of this notice: 25/10/2016

Expire date: 29/11/2016

External Reference: 2016-929443

TED Reference: 2016/S 209-378448

Contract notice

Cached Version

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Galway Mayo Institute of Technology
N/A
Dublin Road
Galway
00000
IE
Contact person: Corinna Gavin
Fax: +353 91759706
NUTS code:  IE013 -  West
Internet address(es):
Main address: www.gmit.ie

I.2)

Joint procurement

The contract is awarded by a central purchasing body
I.3)

Communication

Access to the procurement documents is restricted. Further information can be obtained at:  
http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=104473&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

Education

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Multi Operator Framework Agreement for an Architectural Led Design Team to provide Project Management and Design Consultancy Services
Reference number:  GMIT iHub Extension 2016
II.1.2)

Main CPV code

71000000  -  Architectural, construction, engineering and inspection services
II.1.3)

Type of contract

Services
II.1.4)

Short description

“The Contracting Authority (Galway-Mayo Institute of Technology) is tendering for a Multi Operator Framework Agreement for an Architectural Led Design Team to provide Project Management and Design Consultancy Services for the full design team services and supervise an extension to the existing Innovation Hub at the GMIT Galway Campus. This extension will be funded by a grant from Enterprise Ireland, and by GMIT. The project will be procured on the basis of a multi design team framework agreement. Candidates are permitted to apply for one or all of the lots listed. The initial contract will be the iHub Extension GMIT Galway Campus.
• Lot 1: Architectural Services (incl. design team lead)
• Lot 2: Civil & Structural Engineering Services,
• Lot 3: Quantity Surveying Services,
• Lot 4: Mechanical and Electrical Engineering Services and
• Lot 5: Project Supervisor for the Design Stage
II.1.5)

Estimated total value

Value excluding VAT: 1000000.00  EUR
II.1.6)

Information about lots

This contract is divided into lots: yes
Tenders may be submitted for  all lots
II.2)

Description

II.2.1)

Title

Lot 1: Architectural Services (Including Design Team Lead)
Lot No:  1
II.2.2)

Additional CPV code(s)

71200000  -  Architectural and related services
71220000  -  Architectural design services
71223000  -  Architectural services for building extensions
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
71322000  -  Engineering design services for the construction of civil engineering works
71324000  -  Quantity surveying services
71334000  -  Mechanical and electrical engineering services
II.2.3)

Place of performance

NUTS code:  IE013 -  West
Main site or place of performance:  
Galway
II.2.4)

Description of the procurement

“The Contracting Authority (Galway-Mayo Institute of Technology) is tendering for a Multi Operator Framework Agreement for an Architectural Led Design Team to provide Project Management and Design Consultancy Services for the full design, statutory approvals; planning, fire safety , and DAC, tendering process, procurement and subsequent periodic inspections and certification of construction of the following works for design team services to design and supervise an extension to the existing Innovation Hub at the GMIT Galway Campus. This extension will be funded by a grant from Enterprise Ireland, and by GMIT. The purpose of the extension is to be a flagship building and to act as an incubation unit for fledgling businesses, varying in size from small to medium scale, most of whom are starting out in business and have a scalable business: The project will be procured on the basis of a multi design team framework agreement. Candidates are permitted to apply for one or all of the lots listed.
The selected team will be required to provide the full range of consultancy services for the delivery of the project including but not limited to the following:
• Lot 1: Architectural Services (incl. design team lead, project management, employer’s representative, fire safety design services, disability access design services, and the role of Design Certifier and Assigned Certifier as defined under the Building Control (Amendment) Regulations 2014),
• Lot 2: Civil & Structural Engineering Services,
• Lot 3: Quantity Surveying Services,
• Lot 4: Mechanical and Electrical Engineering Services and
• Lot 5: Project Supervisor for the Design Process as per regulations 11 to 13 of the Safety Health and Welfare at Work (Consultancy) Regulations (2006) and any amendments made thereafter.
The multi -party framework agreement will be established on foot of an initial contract with possible other related consultancy contracts awarded under the framework during the 4 year period for the following locations:
(i) GMIT IHub Galway Campus – further extension
(ii) GMIT CCAM (Cluain Mhuire Campus), Monivea Road Galway
(iii) GMIT Mayo Campus, Westport Road, Castlebar Co Mayo further works
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
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.2.9)

Information about the limits on the number of candidates to be invited

Envisaged minimum number: 5  /  Maximum number: 8
Objective criteria for choosing the limited number of candidates:
“On the basis of the weightings, criteria and rules set out in the Suitability Assessment Questionnaire all Candidates will be scored and ranked accordingly and a minimum of the top 5 will be invited to tender, subject to them meeting the minimum criteria”
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
II.2.14)

Additional information

Refer to the Project Information Memorandum included with the suitability assessment questionnaire.
II.2)

Description

II.2.1)

Title

Lot 2: Civil Structural Engineering Services
Lot No:  2
II.2.2)

Additional CPV code(s)

71200000  -  Architectural and related services
71220000  -  Architectural design services
71223000  -  Architectural services for building extensions
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
71322000  -  Engineering design services for the construction of civil engineering works
71324000  -  Quantity surveying services
71334000  -  Mechanical and electrical engineering services
II.2.3)

Place of performance

NUTS code:  IE013 -  West
Main site or place of performance:  
Galway
II.2.4)

Description of the procurement

“The Contracting Authority (Galway-Mayo Institute of Technology) is tendering for a Multi Operator Framework Agreement for an Architectural Led Design Team to provide Project Management and Design Consultancy Services for the full design, statutory approvals; planning, fire safety , and DAC, tendering process, procurement and subsequent periodic inspections and certification of construction of the following works for design team services to design and supervise an extension to the existing Innovation Hub at the GMIT Galway Campus. This extension will be funded by a grant from Enterprise Ireland, and by GMIT. The purpose of the extension is to be a flagship building and to act as an incubation unit for fledgling businesses, varying in size from small to medium scale, most of whom are starting out in business and have a scalable business: The project will be procured on the basis of a multi design team framework agreement. Candidates are permitted to apply for one or all of the lots listed.
The selected team will be required to provide the full range of consultancy services for the delivery of the project including but not limited to the following:
• Lot 1: Architectural Services (incl. design team lead, project management, employer’s representative, fire safety design services, disability access design services, and the role of Design Certifier and Assigned Certifier as defined under the Building Control (Amendment) Regulations 2014),
• Lot 2: Civil & Structural Engineering Services,
• Lot 3: Quantity Surveying Services,
• Lot 4: Mechanical and Electrical Engineering Services and
• Lot 5: Project Supervisor for the Design Process as per regulations 11 to 13 of the Safety Health and Welfare at Work (Consultancy) Regulations (2006) and any amendments made thereafter.
The multi -party framework agreement will be established on foot of an initial contract with possible other related consultancy contracts awarded under the framework during the 4 year period for the following locations:
(i) GMIT IHub Galway Campus – further extension
(ii) GMIT CCAM (Cluain Mhuire Campus), Monivea Road Galway
(iii) GMIT Mayo Campus, Westport Road, Castlebar Co Mayo further works
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
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.2.9)

Information about the limits on the number of candidates to be invited

Envisaged minimum number: 5  /  Maximum number: 8
Objective criteria for choosing the limited number of candidates:
“On the basis of the weightings, criteria and rules set out in the Suitability Assessment Questionnaire all Candidates will be scored and ranked accordingly and a minimum of the top 5 will be invited to tender, subject to them meeting the minimum criteria”
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
II.2.14)

Additional information

Refer to the Project Information Memorandum included with the suitability assessment questionnaire.
II.2)

Description

II.2.1)

Title

Lot 3: Quantity Surveying Services
Lot No:  3
II.2.2)

Additional CPV code(s)

71200000  -  Architectural and related services
71220000  -  Architectural design services
71223000  -  Architectural services for building extensions
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
71322000  -  Engineering design services for the construction of civil engineering works
71324000  -  Quantity surveying services
71334000  -  Mechanical and electrical engineering services
II.2.3)

Place of performance

NUTS code:  IE013 -  West
Main site or place of performance:  
Galway
II.2.4)

Description of the procurement

“The Contracting Authority (Galway-Mayo Institute of Technology) is tendering for a Multi Operator Framework Agreement for an Architectural Led Design Team to provide Project Management and Design Consultancy Services for the full design, statutory approvals; planning, fire safety , and DAC, tendering process, procurement and subsequent periodic inspections and certification of construction of the following works for design team services to design and supervise an extension to the existing Innovation Hub at the GMIT Galway Campus. This extension will be funded by a grant from Enterprise Ireland, and by GMIT. The purpose of the extension is to be a flagship building and to act as an incubation unit for fledgling businesses, varying in size from small to medium scale, most of whom are starting out in business and have a scalable business: The project will be procured on the basis of a multi design team framework agreement. Candidates are permitted to apply for one or all of the lots listed.
The selected team will be required to provide the full range of consultancy services for the delivery of the project including but not limited to the following:
• Lot 1: Architectural Services (incl. design team lead, project management, employer’s representative, fire safety design services, disability access design services, and the role of Design Certifier and Assigned Certifier as defined under the Building Control (Amendment) Regulations 2014),
• Lot 2: Civil & Structural Engineering Services,
• Lot 3: Quantity Surveying Services,
• Lot 4: Mechanical and Electrical Engineering Services and
• Lot 5: Project Supervisor for the Design Process as per regulations 11 to 13 of the Safety Health and Welfare at Work (Consultancy) Regulations (2006) and any amendments made thereafter.
The multi -party framework agreement will be established on foot of an initial contract with possible other related consultancy contracts awarded under the framework during the 4 year period for the following locations:
(i) GMIT IHub Galway Campus – further extension
(ii) GMIT CCAM (Cluain Mhuire Campus), Monivea Road Galway
(iii) GMIT Mayo Campus, Westport Road, Castlebar Co Mayo further works
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
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.2.9)

Information about the limits on the number of candidates to be invited

Envisaged minimum number: 5  /  Maximum number: 8
Objective criteria for choosing the limited number of candidates:
“On the basis of the weightings, criteria and rules set out in the Suitability Assessment Questionnaire all Candidates will be scored and ranked accordingly and a minimum of the top 5 will be invited to tender, subject to them meeting the minimum criteria”
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
II.2.14)

Additional information

Refer to the Project Information Memorandum included with the suitability assessment questionnaire.
II.2)

Description

II.2.1)

Title

Lot 4: Mechanical & Electrical Engineering Services
Lot No:  4
II.2.2)

Additional CPV code(s)

71200000  -  Architectural and related services
71220000  -  Architectural design services
71223000  -  Architectural services for building extensions
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
71322000  -  Engineering design services for the construction of civil engineering works
71324000  -  Quantity surveying services
71334000  -  Mechanical and electrical engineering services
II.2.3)

Place of performance

NUTS code:  IE013 -  West
Main site or place of performance:  
Galway
II.2.4)

Description of the procurement

“The Contracting Authority (Galway-Mayo Institute of Technology) is tendering for a Multi Operator Framework Agreement for an Architectural Led Design Team to provide Project Management and Design Consultancy Services for the full design, statutory approvals; planning, fire safety , and DAC, tendering process, procurement and subsequent periodic inspections and certification of construction of the following works for design team services to design and supervise an extension to the existing Innovation Hub at the GMIT Galway Campus. This extension will be funded by a grant from Enterprise Ireland, and by GMIT. The purpose of the extension is to be a flagship building and to act as an incubation unit for fledgling businesses, varying in size from small to medium scale, most of whom are starting out in business and have a scalable business: The project will be procured on the basis of a multi design team framework agreement. Candidates are permitted to apply for one or all of the lots listed.
The selected team will be required to provide the full range of consultancy services for the delivery of the project including but not limited to the following:
• Lot 1: Architectural Services (incl. design team lead, project management, employer’s representative, fire safety design services, disability access design services, and the role of Design Certifier and Assigned Certifier as defined under the Building Control (Amendment) Regulations 2014),
• Lot 2: Civil & Structural Engineering Services,
• Lot 3: Quantity Surveying Services,
• Lot 4: Mechanical and Electrical Engineering Services and
• Lot 5: Project Supervisor for the Design Process as per regulations 11 to 13 of the Safety Health and Welfare at Work (Consultancy) Regulations (2006) and any amendments made thereafter.
The multi -party framework agreement will be established on foot of an initial contract with possible other related consultancy contracts awarded under the framework during the 4 year period for the following locations:
(i) GMIT IHub Galway Campus – further extension
(ii) GMIT CCAM (Cluain Mhuire Campus), Monivea Road Galway
(iii) GMIT Mayo Campus, Westport Road, Castlebar Co Mayo further works
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
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.2.9)

Information about the limits on the number of candidates to be invited

Envisaged minimum number: 5  /  Maximum number: 8
Objective criteria for choosing the limited number of candidates:
“On the basis of the weightings, criteria and rules set out in the Suitability Assessment Questionnaire all Candidates will be scored and ranked accordingly and a minimum of the top 5 will be invited to tender, subject to them meeting the minimum criteria”
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
II.2.14)

Additional information

Refer to the Project Information Memorandum included with the suitability assessment questionnaire.
II.2)

Description

II.2.1)

Title

Lot 5: Project Supervisor Design Stage Services
Lot No:  5
II.2.2)

Additional CPV code(s)

71200000  -  Architectural and related services
71220000  -  Architectural design services
71223000  -  Architectural services for building extensions
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
71322000  -  Engineering design services for the construction of civil engineering works
71324000  -  Quantity surveying services
71334000  -  Mechanical and electrical engineering services
II.2.3)

Place of performance

NUTS code:  IE013 -  West
NUTS code:  IE01 -  Border, Midland and Western
Main site or place of performance:  
Galway
II.2.4)

Description of the procurement

“The Contracting Authority (Galway-Mayo Institute of Technology) is tendering for a Multi Operator Framework Agreement for an Architectural Led Design Team to provide Project Management and Design Consultancy Services for the full design, statutory approvals; planning, fire safety , and DAC, tendering process, procurement and subsequent periodic inspections and certification of construction of the following works for design team services to design and supervise an extension to the existing Innovation Hub at the GMIT Galway Campus. This extension will be funded by a grant from Enterprise Ireland, and by GMIT. The purpose of the extension is to be a flagship building and to act as an incubation unit for fledgling businesses, varying in size from small to medium scale, most of whom are starting out in business and have a scalable business: The project will be procured on the basis of a multi design team framework agreement. Candidates are permitted to apply for one or all of the lots listed.
The selected team will be required to provide the full range of consultancy services for the delivery of the project including but not limited to the following:
• Lot 1: Architectural Services (incl. design team lead, project management, employer’s representative, fire safety design services, disability access design services, and the role of Design Certifier and Assigned Certifier as defined under the Building Control (Amendment) Regulations 2014),
• Lot 2: Civil & Structural Engineering Services,
• Lot 3: Quantity Surveying Services,
• Lot 4: Mechanical and Electrical Engineering Services and
• Lot 5: Project Supervisor for the Design Process as per regulations 11 to 13 of the Safety Health and Welfare at Work (Consultancy) Regulations (2006) and any amendments made thereafter.
The multi -party framework agreement will be established on foot of an initial contract with possible other related consultancy contracts awarded under the framework during the 4 year period for the following locations:
(i) GMIT IHub Galway Campus – further extension
(ii) GMIT CCAM (Cluain Mhuire Campus), Monivea Road Galway
(iii) GMIT Mayo Campus, Westport Road, Castlebar Co Mayo further works
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
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.2.9)

Information about the limits on the number of candidates to be invited

Envisaged minimum number: 5  /  Maximum number: 8
Objective criteria for choosing the limited number of candidates:
“On the basis of the weightings, criteria and rules set out in the Suitability Assessment Questionnaire all Candidates will be scored and ranked accordingly and a minimum of the top 5 will be invited to tender, subject to them meeting the minimum criteria”
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
II.2.14)

Additional information

Refer to the Project Information Memorandum included with the suitability assessment questionnaire.

Section III: Legal, economic, financial and technical information

III.1)

Conditions for participation

III.1.1)

Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:  Refer to the Suitability Assessment Questionnaire (QC1) applicable to each relevant lot.
III.1.2)

Economic and financial standing

List and brief description of selection criteria:  
Refer to the Suitability Assessment Questionnaire (QC1) applicable to each relevant lot.
Minimum level(s) of standards possibly required:  
Refer to the Suitability Assessment Questionnaire (QC1) applicable to each relevant lot.
III.1.3)

Technical and professional ability

List and brief description of selection criteria:  
Refer to the Suitability Assessment Questionnaire (QC1) applicable to each relevant lot.
Minimum level(s) of standards possibly required:  
Refer to the Suitability Assessment Questionnaire (QC1) applicable to each relevant lot.
III.2)

Conditions related to the contract

III.2.1)

Information about a particular profession

Execution of the service is reserved to a particular profession
Reference to the relevant law, regulation or administrative provision:  
Refer to the Suitability Assessment Questionnaire (QC1) applicable to each relevant lot.
III.2.2)

Contract performance conditions

Refer to the Suitability Assessment Questionnaire (QC1) applicable to each relevant lot.
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

Restricted procedure
IV.1.3)

Information about a framework agreement or a dynamic purchasing system

Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement:  5
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:  29/11/2016
Local time:  12:00
IV.2.3)

Estimated date of dispatch of invitations to tender or to participate to selected candidates

Date: 05/01/2017
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

Duration in months : 12  (from the date stated for receipt of tender)

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.2)

Information about electronic workflows

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

Additional information

Refer to the Project Information Memorandum included with the suitability assessment questionnaire. Please note that all documents relating to this competition are available to download from www.etenders.gov.ie only. All communication should be in accordance with the rules contained within the documentation. You are requested to carefully read the documentation in relation to format/protocol for questions, response times and format of response. Please note GMIT will not be responsible for any costs, charges or expenses incurred in preparing a response. GMIT also reserves the right to cancel the procurement at any stage up to formal conclusion of a contract. You are requested to monitor emails from EU-Supply (i.e. the etenders website) as clarifications will be notified from the etenders email rather than the authorities email address.
VI.4)

Procedures for review

VI.4.1)

Review body

The High Court of Ireland
Central Office of the High Court
Four Courts, Ground Floor, Inns Quay, Dublin 7
IE
Telephone: +353 18886000
Fax: +353 18886125
Internet address: www.courts.ie

VI.5)

Date of dispatch of this notice

25/10/2016