Contract notice

Information

Published

Date of dispatch of this notice: 31/08/2018

Expire date: 05/10/2018

External Reference: 2018-194271

TED Reference: 2018/S 169-384965

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Udaras Na Gaeltachta
N/A
Na Forbacha
Co. na Gaillimhe
Co Na Gaillimhe
IE
Contact person: Conall Mac Gearailt
Telephone: +353 669150100
NUTS code:  IE -  IRELAND
Internet address(es):
Main address: http://www.udaras.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=134639&B=ETENDERS_SIMPLE
Additional information can be obtained from
the abovementioned address:  
Tenders or requests to participate must be submitted
to the following address: 
Údarás na Gaeltachta
na Forbacha
Co. na Gaillimhe
IE
NUTS code:  IE -  IRELAND
Internet address(es):
Main address: http://www.udaras.ie

I.4)

Type of the contracting authority

Regional or local agency/office
I.5)

Main activity

General public services

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Establishment of Multi Party Framework Agreement for the provision of Architect Led Integrated Design Team Services for Údarás na Gaeltachta in the Cork, Kerry and Waterford Region
II.1.2)

Main CPV code

71250000  -  Architectural, engineering and surveying services
II.1.3)

Type of contract

Services
II.1.4)

Short description

Establishment of Multi Party Framework Agreement for the provision of Architect Led Integrated Design Team Services for Údarás na Gaeltachta in the Cork, Kerry and Waterford Region
The multi party framework agreement will be established with 3 economic operators comprising the following disciplines:
(a) Architectural Services and associated specialist skills,
(b) Civil & Structural Engineering Services and associated specialist skills including expertise relating to asbestos,
(c) Mechanical & Electrical Engineering Services and.
(d) Quantity Surveying Services
The Integrated Design Team will be managed and Led by the Architect and will be used primarily for design of new buildings and adaptive re-use and refurbishment of existing buildings, feasibility (including costing) reports and ancillary services.
II.1.5)

Estimated total value

Value excluding VAT: 1500000.00  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
71220000  -  Architectural design services
71221000  -  Architectural services for buildings
71240000  -  Architectural, engineering and planning services
71251000  -  Architectural and building-surveying services
71300000  -  Engineering services
71310000  -  Consultative engineering and construction services
71311000  -  Civil engineering consultancy services
71312000  -  Structural engineering consultancy services
71313000  -  Environmental engineering consultancy services
71315210  -  Building services consultancy services
71317200  -  Health and safety services
71318000  -  Advisory and consultative engineering services
71320000  -  Engineering design services
71324000  -  Quantity surveying services
71333000  -  Mechanical engineering services
71334000  -  Mechanical and electrical engineering services
71340000  -  Integrated engineering services
71420000  -  Landscape architectural services
79415200  -  Design consultancy services
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
Main site or place of performance:  
Cork, Kerry and Waterford
II.2.4)

Description of the procurement

Establishment of Multi Party Framework Agreement for the provision of Architect Led Integrated Design Team Services for Údarás na Gaeltachta in the Cork, Kerry and Waterford Region
The multi party framework agreement will be established with 3 economic operators comprising the following disciplines:
(a) Architectural Services and associated specialist skills,
(b) Civil & Structural Engineering Services and associated specialist skills including expertise relating to asbestos,
(c) Mechanical & Electrical Engineering Services and.
(d) Quantity Surveying Services
The Integrated Design Team will be managed and Led by the Architect and will be used primarily for design of new buildings and adaptive re-use and refurbishment of existing buildings, feasibility (including costing) reports and ancillary services.
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: 1500000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 12
This contract is subject to renewal: yes
Description of renewals:  
The Multi-Partyframework will be established for an initial period of two (2) years with two options to extend by one (1) year up to a maximum duration of four (4) years. For the avoidance of doubt, the period for delivery of any contracts awarded under the framework may extend beyond the date of expiry of the framework agreement.
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 Multi Party Framework for Architect Led Integrated Design Team will be established on foot of an initial contract.
INITIAL CONTRACT:
Integrated Design Team services associated with the renovation and refurbishment of Coláiste Íosagáin in Baile Bhúirne, Co. Cork

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:  Please refer to the Suitability Assessment Questionnaires (SAQs) for each Service Provider
III.1.2)

Economic and financial standing

List and brief description of selection criteria:  
Please refer to the Suitability Assessment Questionnaires (SAQs) for each Service Provider
III.1.3)

Technical and professional ability

List and brief description of selection criteria:  
Please refer to the Suitability Assessment Questionnaires (SAQs) for each Service Provider
Minimum level(s) of standards possibly required:  
Please refer to the Suitability Assessment Questionnaires (SAQs) for each Service Provider
III.2)

Conditions related to the contract

III.2.2)

Contract performance conditions

Please refer to the Service Requirements and Framework Requirements documents contained in the tender pack for further details. The contract conditions applicable for the initial contract are the Standard Conditions of Engagement for Consultancy Services

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

The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement:  3
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:  05/10/2018
Local time:  16:00
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English, Irish
IV.2.6)

Minimum time frame during which the tenderer must maintain the tender

Duration in months : 24  (from the date stated for receipt of tender)
IV.2.7)

Conditions for opening of tenders

Date:  05/10/2018
Local time:  16:00

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.3)

Additional information

1. The services covered by the framework agreement are legal services within the meaning of Annex XIV of Directive 2014/24/EU. The Contracting Authority is subject only to the rules in Part 3 Chapter 1 of the European Union (Award of Public Authority Contracts) Regulations 2016 (SI 284/2016) in relation to this competition. The Contracting Authority is following a procedure analogous to the negotiated procedure in relation to this competition.
2. The estimated total value of purchases pursuant to the framework agreement is in the region of €1 million to €1.5 million (ex. VAT) over the lifetime of the agreement.
It is emphasised, however, that this figure is provided strictly for indicative purposes only as there is no guaranteed expenditure under the framework agreement.
3. 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.
4. The numbers invited to tender will be the top three (3) qualifying candidates subject to that number qualifying.
5. This is the sole call for competition for this service.
6. The Contracting Authority will not be responsible for any costs, charges or expenses incurred by Applicants or tenderers.
7. Contract award will be subject to the approval of the competent authorities.
8. The framework will be for two (2) years with the option to extend by a further two (2) year period subject to a maximum of four (4) years, subject to annual review, satisfactory performance, business needs and budgetary constraints.
For the avoidance of doubt, the Contracting Authority confirms that the period of any contracts awarded under the framework agreement may extend beyond the date of expiry of the agreement.
9. It will be a condition of award that candidates are tax compliant.
10. If for any reason, it is not possible to establish the framework agreement or award the initial contract to the designated successful tenderer emerging from this competitive process; the Contracting Authority reserves the right to establish the framework with the next highest scoring tenderer on the basis of the terms advertised at any time during the tender validity period. 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.
11. 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.
12. 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.
13. 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

High Court
Dublin
IE