Contract award notice

Information

Published

Date of dispatch of this notice: 18/06/2019

External Reference: 2019-281333

TED Reference: 2019/S 117-287735

Contract award notice

Contract award notice

Results of the procurement procedure

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Community Housing Association Services
CHY 5549
Fr Scully House Reception. Gardiner Street Middle
Dublin 1
Co.Dublin
IE
Contact person: Jonathan Kelly
Telephone: +353 14438842
Internet address(es):
Main address: www.chas.ie

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

Multiple Operator Framework Agreement for Integrated Design Team Services
Reference number:  139152
II.1.2)

Main CPV code

71200000  -  Architectural and related services
II.1.3)

Type of contract

Services
II.1.4)

Short description

Establishment of a Multiple Operator Framework for Integrated Design Consultancy Services
II.1.6)

Information about lots

This contract is divided into lots: no
II.1.7)

Total value of the procurement

Value excluding VAT:  766000.00  EUR
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.2.3)

Place of performance

Main site or place of performance:  
Dublin
II.2.4)

Description of the procurement

Community Housing Association Services wishes to establish a Multiple Operator Framework Agreement for Integrated Design Team Services for the provision of professional design related services for its ongoing housing development and refurbishment programme throughout Ireland. The design team services to be provided comprise the following principle services / disciplines and specialists:
- Architect including PSDP, Conservation and Fire Safety Design.
- 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

Criteria below
Quality criterion  -  Name:  Human Resources  /  Weighting:  200
Quality criterion  -  Name:  Project Appreciation  /  Weighting:  150
Quality criterion  -  Name:  Project Methodology / Delivery  /  Weighting:  100
Quality criterion  -  Name:  Resourcing  /  Weighting:  250
Price  -  Weighting:  300
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 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
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.2.1)

Previous publication concerning this procedure

Notice number in the OJ S: 2018/S 169-384841

Section V: Award of contract

Title: Multiple Operator Framework for Ingegrated Design Consultancy Services

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

11/02/2019
V.2.2)

Information about tenders

Number of tenders received:  5
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

Coady Architects
Mt Pleasant Business Centre, Upper Mount Pleasant Avenue
Dublin
D06 X7P8
IE

The contractor is an SME : yes
V.2.4)

Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot:  766000.00  EUR

Section VI: Complementary information

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 project 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.
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

VI.4.3)

Review procedure

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