Contract notice

Information

Published

Date of dispatch of this notice: 05/10/2018

Expire date: 05/11/2018

External Reference: 2018-226098

TED Reference: 2018/S 195-441499

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Sophia Housing Association
CHY13516
25 Cork Street
Dublin
Dublin 8
IE
Contact person: Geoff Corcoran
Telephone: +353 14738300
Internet address(es):
Main address: http://www.sophia.ie

I.2)

Joint procurement

The contract is awarded by a central purchasing body
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=136263&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

Regional or local agency/office
I.5)

Main activity

Housing and community amenities

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Establishment of a Multiple Operator Framework for Integrated Design Consultancy Services
Reference number:  Sophia Housing Association
II.1.2)

Main CPV code

71200000  -  Architectural and related services
II.1.3)

Type of contract

Services
II.1.4)

Short description

Sophia Housing Association wish to establish a Multiple Operator Framework Agreement for integrated design teams for the provision of professional design related services for its ongoing development and refurbishment programmes. The design team services to be provided comprise the following principle services / disciplines and specialists as set down in the Suitability Assessment Questionnaire:
- Architect including Fire Safety Design, Conservation, Planning and PSDP.
- Civil/Structural Engineer.
- Mechanical and Electrical Engineer.
- Quantity Surveyor.
Applications are to be made by Integrated Design Teams. Individual applications will not be accepted.
II.1.5)

Estimated total value

Value excluding VAT: 1000000.00  EUR
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

71311000  -  Civil engineering consultancy services
71317200  -  Health and safety services
71324000  -  Quantity surveying services
71334000  -  Mechanical and electrical engineering services
71356000  -  Technical services
II.2.4)

Description of the procurement

Sophia Housing Association wish to establish a Multiple Operator Framework Agreement for integrated design teams for the provision of professional design related services for its ongoing development and refurbishment programmes. The design team services to be provided comprise the following principle services / disciplines and specialists as set down in the Suitability Assessment Questionnaire:
- Architect including Fire Safety Design, Conservation, Planning and PSDP.
- Civil/Structural Engineer.
- Mechanical and Electrical Engineer.
- Quantity Surveyor.
Applications are to be made by Integrated Design Teams. Individual applications will not be accepted.
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: 1000000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24
This contract is subject to renewal: yes
Description of renewals:  
The Framework is for 2 Years with option to extend for further 2 years. Projects awarded during the framework may be completed beyond the framework agreement period.
II.2.9)

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

Envisaged number of candidates: 10
Objective criteria for choosing the limited number of candidates:
Maximum of 10 provided sufficient pre-qualify
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.1.1)

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

List and brief description of conditions:  Applicants are advised to refer to the Suitability Assessment Questionnaire.
III.1.2)

Economic and financial standing

List and brief description of selection criteria:  
Applicants are advised to refer to the Suitability Assessment Questionnaire.
Minimum level(s) of standards possibly required:  
Applicants are advised to refer to the Suitability Assessment Questionnaire.
III.1.3)

Technical and professional ability

List and brief description of selection criteria:  
Applicants are advised to refer to the Suitability Assessment Questionnaire.
Minimum level(s) of standards possibly required:  
Applicants are advised to refer to the Suitability Assessment Questionnaire.
III.2)

Conditions related to the 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

Restricted 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:  8
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:  05/11/2018
Local time:  12:00
IV.2.3)

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

Date: 26/11/2018
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

(a) Candidates shall state if any of (and the reasons why) information supplied by them in response to this notice is confidential or commercially sensitive or should not be disclosed in respect of a request for information under the Freedom of Information Acts 1997-2003.
(b) Any contract award is subject to production of a current tax clearance certificate from the Revenue Commissioners in Ireland.
(c) All costs incurred by candidates in preparing submissions must be borne by them. The contracting authority accepts no liability for these costs, irrespective of the outcome of the competition, or if the competition is postponed or cancelled.
(d) The contracting authority may terminate this competition (or any part thereof), change the basis of and the procedures for the bidding process, at any time, or procure the contract by alternative means if it appears that it can thereby be more advantageously procured. The most economically advantageous or any tender will not necessarily be accepted.
(e) Candidates should note that this is a two stage selection process. Stage 1 involves Candidates submitting information required by this notice and the suitability assessment questionnaire attached to this notice to the stipulated address and by the stipulated time. For Stage 2 it is envisaged that a minimum of ten suppliers will be invited to tender for this Framework depending on the quality of the pre-qualification submissions received.
(f) Applicants should be aware that this project will be executed using the Public Works Contract (Department of Finance).
(g) All times set out in this contract notice are in local Irish time.
(h) All monetary amounts shall be quoted in Euro.
(i) For further information on the procedures governing the competition, candidates’ attention is drawn to the suitability assessment questionnaire.
(j) Candidates must register their interest on the etenders / OJEC website (www.e-tenders.gov.ie or https://irl.eu-supply.com) in order to be included on the mailing list for correspondence in relation to the competition. Documents are available on line at www.e-tenders.gov.ie or https://irl.eu-supply.com.
(k) The Authority accepts no liability for any costs and/or expenses incurred by any Candidate/Tenderer in connection with the competition (including the application and/or attendance interview, if required).
VI.4)

Procedures for review

VI.4.1)

Review body

The High Court of Ireland
High court Central Office, Four Courts, Inns Quay
Dublin
IE
Internet address: www.courts.ie