Contract notice

Information

Published

Date of dispatch of this notice: 02/02/2017

Expire date: 14/03/2017

External Reference: 2017-639755

TED Reference: 2017/S 025-044054

Contract notice

Cached Version

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Health Service Executive (HSE)
N/A
Head Office, Oak House, Limetree Avenue,
Naas
Millennium Park
IE
Contact person: Joe Hoare, Estates Manager, HSE Estates
Telephone: +353 061483565
Fax: +353 061483373
NUTS code:  IE0 -  IRELAND
Internet address(es):
Main address: http://www.hse.ie

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=107857&B=ETENDERS_SIMPLE
Additional information can be obtained from
another address: 
Joe Hoare, Estates Manager
N/A
HSE Estates, Holland Road, National Technology Park,
Limerick
IE
Contact person: Joe Hoare
Telephone: +353 061483565
Fax: +353 061483373
NUTS code:  IE023 -  Mid-West
Internet address(es):
Main address: http://www.hse.ie

Tenders or requests to participate must be submitted
to the following address: 
Joe Hoare, Estates Manager
N/A
HSE Estates, Holland Road, National Technology Park,
Limerick
IE
Contact person: Joe Hoare
Telephone: +353 061483565
Fax: +353 061483373
NUTS code:  IE023 -  Mid-West
Internet address(es):
Main address: http://www.hse.ie

I.4)

Type of the contracting authority

Body governed by public law
I.5)

Main activity

Health

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Professional Design Team Services for delivery of new Acute Inpatient Ward Block at University Hospital Limerick
Reference number:  UHL Ward Block Project
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 Health Service Executive (HSE) is planning the design and construction of a new acute inpatient ward block development at the University Hospital Limerick Campus, Dooradoyle, Limerick to be constructed overhead the hospital's new emergency department (at level 0) and dialysis unit (at level 1). A total of four inpatient wards, each containing 24 single inpatient rooms are envisaged along with hospital street link corridors at each level. The proposed building extension is anticipated to be in the region of 1935m2 overall per level giving a gross floor area of circa 7,750m2 for the project excluding plant room space which will be additional. The Health Service Executive now wish to procure and appoint a design team for the project to include Architect (including Employers Representative and Project Supervisor Design Process roles), Fire Engineer, Quantity Surveyor, Mechanical & Electrical Engineer and Civil & Structural Engineer. The ward design will be to a high quality standard.
II.1.5)

Estimated total value

Value excluding VAT: 2000000.00  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

Architectural & Employers Representative Services for the delivery of Acute Inpatient Ward Block at University Hospital Limerick
Lot No:  1
II.2.2)

Additional CPV code(s)

71200000  -  Architectural and related services
71311000  -  Civil engineering consultancy services
71312000  -  Structural engineering consultancy services
71317200  -  Health and safety services
71321000  -  Engineering design services for mechanical and electrical installations for buildings
71324000  -  Quantity surveying services
71334000  -  Mechanical and electrical engineering services
75251110  -  Fire-prevention services
II.2.3)

Place of performance

NUTS code:  IE023 -  Mid-West
Main site or place of performance:  
University Hospital Limerick, St Nessan's Road, Dooradoyle, Co. Limerick, Ireland.
II.2.4)

Description of the procurement

Architectural, Employer's Representative and Project Supervisor Design Process (PSDP) Professional Technical Services for delivery of the following project;
The Health Service Executive (HSE) is planning the construction of a new acute inpatient ward block development at University Hospital Limerick, St. Nessan's Road, Dooradoyle, Co. Limerick. This proposed development is to be constructed overhead the hospital's new emergency department (at level 0) and dialysis unit (at level 1), both of which will be required to remain operational during the construction of the inpatient ward block overhead. A total of four new inpatient wards, each including 24 single inpatient rooms are envisaged as per the hospital's development control plan along with hospital street link corridors at each level & other associated works. The proposed building extension is anticipated to be in the region of circa 1950m2 overall per level giving a gross floor area of circa 7,800m2 excluding plant space for the project. Related plant room space will also be required as part of the project and will be additional space whilst the existing plant room serving ED & Dialysis and located overhead the dialysis unit will likely need to be relocated as part of the project and addressing this also forms part of the scope of services required from the successful design team.
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 number of candidates: 6
Objective criteria for choosing the limited number of candidates:
Six (6) Principal Service Providers are to be shortlisted for each lot and subsequently invited to tender providing sufficient qualified applicants are available in each case following receipt of the prequalification submissions from interested applicants which must include a completed suitability assessment questionaire in each case. Details of the pass / fail criteria and the qualitative assessment criteria are outlined in the suitability assessment questionaire for the service available on etenders website or alternatively the suitability assessment questionaire & related documentation are available upon request from the HSE.
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

The HSE intends to engage a project design team procured as independent appointments with the Architectural firm providing the design team leader role. The Capital Works Management Framework (CWMF) is a structure developed to deliver the Irish Government's public sector construction procurement reform objectives and this procurement process is being delivered in accordance with that framework.
II.2)

Description

II.2.1)

Title

Fire Engineering Services for delivery of Acute Inpatient Ward Block, University Hospital Limerick
Lot No:  2
II.2.2)

Additional CPV code(s)

71200000  -  Architectural and related services
71311000  -  Civil engineering consultancy services
71312000  -  Structural engineering consultancy services
71317200  -  Health and safety services
71321000  -  Engineering design services for mechanical and electrical installations for buildings
71324000  -  Quantity surveying services
71334000  -  Mechanical and electrical engineering services
75251110  -  Fire-prevention services
II.2.3)

Place of performance

NUTS code:  IE023 -  Mid-West
Main site or place of performance:  
University Hospital Limerick, St Nessan's Road, Dooradoyle, Co. Limerick, Ireland.
II.2.4)

Description of the procurement

Fire Engineering Professional Technical Services for delivery of the following project;
The Health Service Executive (HSE) is planning the construction of a new acute inpatient ward block development at University Hospital Limerick, St. Nessan's Road, Dooradoyle, Co. Limerick. This proposed development is to be constructed overhead the hospital's new emergency department (at level 0) and dialysis unit (at level 1), both of which will be required to remain operational during the construction of the inpatient ward block overhead. A total of four new inpatient wards, each including 24 single inpatient rooms are envisaged as per the hospital's development control plan along with hospital street link corridors at each level & other associated works. The proposed building extension is anticipated to be in the region of circa 1950m2 overall per level giving a gross floor area of circa 7,800m2 excluding plant space for the project. Related plant room space will also be required as part of the project and will be additional space whilst the existing plant room serving ED & Dialysis and located overhead the dialysis unit will likely need to be relocated as part of the project and addressing this also forms part of the scope of services required from the successful design team.
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 number of candidates: 6
Objective criteria for choosing the limited number of candidates:
Six (6) Principal Service Providers are to be shortlisted for each lot and subsequently invited to tender providing sufficient qualified applicants are available in each case following receipt of the prequalification submissions from interested applicants which must include a completed suitability assessment questionaire in each case. Details of the pass / fail criteria and the qualitative assessment criteria are outlined in the suitability assessment questionaire for the service which is available on the etenders website or alternatively the suitability assessment questionaire & related documentation are available upon request from the HSE.
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

The HSE intends to engage a project design team procured as independent appointments with the Architectural firm providing the design team leader role. The Capital Works Management Framework (CWMF) is a structure developed to deliver the Irish Government's public sector construction procurement reform objectives and this procurement process is being delivered in accordance with that framework.
II.2)

Description

II.2.1)

Title

Mechanical & Electrical Engineering Services for delivery of Acute Inpatient Ward Block, UHL
Lot No:  3
II.2.2)

Additional CPV code(s)

71200000  -  Architectural and related services
71311000  -  Civil engineering consultancy services
71312000  -  Structural engineering consultancy services
71317200  -  Health and safety services
71321000  -  Engineering design services for mechanical and electrical installations for buildings
71324000  -  Quantity surveying services
71334000  -  Mechanical and electrical engineering services
75251110  -  Fire-prevention services
II.2.3)

Place of performance

NUTS code:  IE023 -  Mid-West
Main site or place of performance:  
University Hospital Limerick, St Nessan's Road, Dooradoyle, Co. Limerick, Ireland.
II.2.4)

Description of the procurement

Mechanical & Electrical Engineering Professional Technical Services for delivery of the following project;
The Health Service Executive (HSE) is planning the construction of a new acute inpatient ward block development at University Hospital Limerick, St. Nessan's Road, Dooradoyle, Co. Limerick. This proposed development is to be constructed overhead the hospital's new emergency department (at level 0) and dialysis unit (at level 1), both of which will be required to remain operational during the construction of the inpatient ward block overhead. A total of four new inpatient wards, each including 24 single inpatient rooms are envisaged as per the hospital's development control plan along with hospital street link corridors at each level & other associated works. The proposed building extension is anticipated to be in the region of circa 1950m2 overall per level giving a gross floor area of circa 7,800m2 excluding plant space for the project. Related plant room space will also be required as part of the project and will be additional space whilst the existing plant room serving ED & Dialysis and located overhead the dialysis unit will likely need to be relocated as part of the project and addressing this also forms part of the scope of services required from the successful design team.
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 number of candidates: 6
Objective criteria for choosing the limited number of candidates:
Six (6) Principal Service Providers are to be shortlisted for each lot and subsequently invited to tender providing sufficient qualified applicants are available in each case following receipt of the prequalification submissions from interested applicants which must include a completed suitability assessment questionaire in each case. Details of the pass / fail criteria and the qualitative assessment criteria are outlined in the suitability assessment questionaire for the service which is available on the etenders website or alternatively the suitability assessment questionaire & related documentation are available upon request from the HSE.
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

The HSE intends to engage a project design team procured as independent appointments with the Architectural firm providing the design team leader role. The Capital Works Management Framework (CWMF) is a structure developed to deliver the Irish Government's public sector construction procurement reform objectives and this procurement process is being delivered in accordance with that framework.
II.2)

Description

II.2.1)

Title

Structural Engineering Services for delivery of Acute Inpatient Ward Block, UHL
Lot No:  4
II.2.2)

Additional CPV code(s)

71200000  -  Architectural and related services
71311000  -  Civil engineering consultancy services
71312000  -  Structural engineering consultancy services
71317200  -  Health and safety services
71321000  -  Engineering design services for mechanical and electrical installations for buildings
71324000  -  Quantity surveying services
71334000  -  Mechanical and electrical engineering services
75251110  -  Fire-prevention services
II.2.3)

Place of performance

NUTS code:  IE023 -  Mid-West
Main site or place of performance:  
University Hospital Limerick, St Nessan's Road, Dooradoyle, Co. Limerick, Ireland.
II.2.4)

Description of the procurement

Full Structural Engineering Professional Technical Services & with some limited Civil Engineering Professional Technical Services required for the delivery of the following project;
The Health Service Executive (HSE) is planning the construction of a new acute inpatient ward block development at University Hospital Limerick, St. Nessan's Road, Dooradoyle, Co. Limerick. This proposed development is to be constructed overhead the hospital's new emergency department (at level 0) and dialysis unit (at level 1), both of which will be required to remain operational during the construction of the inpatient ward block overhead. A total of four new inpatient wards, each including 24 single inpatient rooms are envisaged as per the hospital's development control plan along with hospital street link corridors at each level & other associated works. The proposed building extension is anticipated to be in the region of circa 1950m2 overall per level giving a gross floor area of circa 7,800m2 excluding plant space for the project. Related plant room space will also be required as part of the project and will be additional space whilst the existing plant room serving ED & Dialysis and located overhead the dialysis unit will likely need to be relocated as part of the project and addressing this also forms part of the scope of services required from the successful design team.
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 number of candidates: 6
Objective criteria for choosing the limited number of candidates:
Six (6) Principal Service Providers are to be shortlisted for each lot and subsequently invited to tender providing sufficient qualified applicants are available in each case following receipt of the prequalification submissions from interested applicants which must include a completed suitability assessment questionaire in each case. Details of the pass / fail criteria and the qualitative assessment criteria are outlined in the suitability assessment questionaire for the service which is available on the etenders website or alternatively the suitability assessment questionaire & related documentation are available upon request from the HSE.
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

The HSE intends to engage a project design team procured as independent appointments with the Architectural firm providing the design team leader role. The Capital Works Management Framework (CWMF) is a structure developed to deliver the Irish Government's public sector construction procurement reform objectives and this procurement process is being delivered in accordance with that framework.
II.2)

Description

II.2.1)

Title

Quantity Surveying Services for delivery of Acute Inpatient Ward Block University Hospital Limerick
Lot No:  5
II.2.2)

Additional CPV code(s)

71200000  -  Architectural and related services
71311000  -  Civil engineering consultancy services
71312000  -  Structural engineering consultancy services
71317200  -  Health and safety services
71321000  -  Engineering design services for mechanical and electrical installations for buildings
71324000  -  Quantity surveying services
71334000  -  Mechanical and electrical engineering services
75251110  -  Fire-prevention services
II.2.3)

Place of performance

NUTS code:  IE023 -  Mid-West
Main site or place of performance:  
University Hospital Limerick, St Nessan's Road, Dooradoyle, Co. Limerick, Ireland.
II.2.4)

Description of the procurement

Quantity Surveying Professional Technical Services for delivery of the following project;
The Health Service Executive (HSE) is planning the construction of a new acute inpatient ward block development at University Hospital Limerick, St. Nessan's Road, Dooradoyle, Co. Limerick. This proposed development is to be constructed overhead the hospital's new emergency department (at level 0) and dialysis unit (at level 1), both of which will be required to remain operational during the construction of the inpatient ward block overhead. A total of four new inpatient wards, each including 24 single inpatient rooms are envisaged as per the hospital's development control plan along with hospital street link corridors at each level & other associated works. The proposed building extension is anticipated to be in the region of circa 1950m2 overall per level giving a gross floor area of circa 7,800m2 excluding plant space for the project. Related plant room space will also be required as part of the project and will be additional space whilst the existing plant room serving ED & Dialysis and located overhead the dialysis unit will likely need to be relocated as part of the project and addressing this also forms part of the scope of services required from the successful design team.
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 number of candidates: 6
Objective criteria for choosing the limited number of candidates:
Six (6) Principal Service Providers are to be shortlisted for each lot and subsequently invited to tender providing sufficient qualified applicants are available in each case following receipt of the prequalification submissions from interested applicants which must include a completed suitability assessment questionaire in each case. Details of the pass / fail criteria and the qualitative assessment criteria are outlined in the suitability assessment questionaire for the service which is available on the etenders website or alternatively the suitability assessment questionaire & related documentation are available upon request from the HSE.
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

The HSE intends to engage a project design team procured as independent appointments with the Architectural firm providing the design team leader role. The Capital Works Management Framework (CWMF) is a structure developed to deliver the Irish Government's public sector construction procurement reform objectives and this procurement process is being delivered in accordance with that framework.

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:  Proof of enrolment on professional or trade registers is not required in this case. See suitability assessment questionnaire (i.e. the procurement documents for this stage of the process) which is available on the etenders website or can be obtained directly from the HSE upon request for full details of the 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

Details regarding the project have been provided in the suitability assessment questionnaire. A more detailed scope of services document and more detailed information regarding the project itself will be made available to the applicants who are subsequently shortlisted at the invitation to tender stage of this procurement process.
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.1.8)

Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: no
IV.2)

Administrative information

IV.2.1)

Previous publication concerning this procedure

Notice number in the OJ S: 2013/S 104-178683
IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  14/03/2017
Local time:  15:00
IV.2.3)

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

Date: 14/04/2017
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.3)

Additional information

To receive more information about this tender, including any amendments and/or clarifications and to request any clarifications and/or to respond to this tender, you could register your interest to this tender on the following site: https://irl.eu-supply.com or www.etenders.gov.ie
The Authority reserves the right to terminate this procurement process at any time and accepts no liability for any costs arising in the event of a termination regardless of the reasons for such a decision. The Authority shall not be obliged to enter into a contract with any Tenderer.
The Authority is subject to the Freedom of Information Acts 1997 and 2003. The Candidate shall state if any of the information supplied by it in response to this notice is confidential or commercially sensitive or should not be disclosed in respect of a request for information under the aforementioned Acts. The Candidate shall state why it considers the information to be confidential or commercially sensitive. The Authority will consult with any Candidate / Tenderer about sensitive information before making a decision on any Freedom of Information request received.
The Authority accepts no liability for any costs and/or expenses incurred by any Candidate/Tenderer in connection with this competition (including the application and/or attendance interview, if required)
For further information on this process refer to the Prequalification Assessment Documentation namely the Suitability Assessment Questionnaire and to the Project Information Memorandum document both of which are available on the etenders website or can be obtained directly from the HSE upon request.
VI.4)

Procedures for review

VI.4.1)

Review body

The High Court
Four Courts, Inns Quay,
Dublin 7
IE
Internet address: http://www.courts.ie

VI.4.3)

Review procedure

Precise information on deadline(s) for review procedures: 
Information on lodging of appeals Contained in Regulation 7 of the European Communities (Public Authorities’ Contracts) (Review Procedures) Regulations 2010 (SI No. 130 of 2010)
VI.5)

Date of dispatch of this notice

02/02/2017