Contract notice

Information

Published

Date of dispatch of this notice: 16/04/2020

Expire date: 05/06/2020

External Reference: 2020-294042

TED Reference: 2020/S 077-182284

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Office of Public Works (OPW)
N/A
Jonathan Swift Street
Trim
Co. Meath, C15 NX36
IE
Contact person: Aidan McGovern
Telephone: +353 46942639
Internet address(es):
Main address: http://www.opw.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=165694&B=ETENDERS_SIMPLE
Additional information can be obtained from
the abovementioned address:  
Tenders or requests to participate must be submitted
Tenders or requests to participate must be submitted
to the abovementioned address
I.4)

Type of the contracting authority

Ministry or any other national or federal authority, including their regional or local subdivisions
I.5)

Main activity

Other activity:  Estate Portfolio Management

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Consulting Architectural Services Framework
Reference number:  Architectural Service Framework
II.1.2)

Main CPV code

71200000  -  Architectural and related services
II.1.3)

Type of contract

Services
II.1.4)

Short description

The Commissioners of Public Works in Ireland intend appointing a number of Architectural Consultants to a professional architectural services framework. Services will be in relation to capital projects(ranging from minor to intermediate in scale) and reactive & planned maintenance work.
The works will be for new and existing buildings, some of which can be heritage buildings. Some works will be undertaken in live buildings, leading to multi-phased projects, which are management intensive.
II.1.5)

Estimated total value

Value excluding VAT: 8500000.00  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 (Dublin, City and County)
Lot No:  1
II.2.2)

Additional CPV code(s)

71200000  -  Architectural and related services
71220000  -  Architectural design services
II.2.3)

Place of performance

Main site or place of performance:  
Co. Meath, C15 NX36
II.2.4)

Description of the procurement

The Commissioners of Public Works in Ireland intend appointing a number of Architectural Consultants to a professional architectural services framework. Services will be in relation to capital projects(ranging from minor to intermediate in scale) and reactive & planned maintenance work.
The works will be for new and existing buildings, some of which can be heritage buildings. Some works will be undertaken in live buildings, leading to multiphased projects, which are management intensive.
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: 2800000.00  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:  
Two possible renewals of 12 months each. Total possible length 48 months
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)

Description

II.2.1)

Title

Lot 2 (Mid-West and South West - Clare, Cork, Kerry, Limerick, Tipperary)
Lot No:  2
II.2.2)

Additional CPV code(s)

71200000  -  Architectural and related services
71220000  -  Architectural design services
II.2.3)

Place of performance

Main site or place of performance:  
Co. Meath, C15 NX36
II.2.4)

Description of the procurement

The Commissioners of Public Works in Ireland intend appointing a number of Architectural Consultants to a professional architectural services framework. Services will be in relation to capital projects(ranging from minor to intermediate in scale) and reactive & planned maintenance work.
The works will be for new and existing buildings, some of which can be heritage buildings. Some works will be undertaken in live buildings, leading to multi phased projects, which are management intensive.
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: 1200000.00  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:  
Two possible renewals of 12 months each. Total Possible Length 48 months
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)

Description

II.2.1)

Title

Lot 3 (West and North West - Galway, Mayo, Roscommon, Westmeath west, Leitrim, Longford, Sligo, Cavan West, Donegal)
Lot No:  3
II.2.2)

Additional CPV code(s)

71200000  -  Architectural and related services
71220000  -  Architectural design services
II.2.3)

Place of performance

Main site or place of performance:  
Co. Meath, C15 NX36
II.2.4)

Description of the procurement

The Commissioners of Public Works in Ireland intend appointing a number of Architectural Consultants to a professional architectural services framework. Services will be in relation to capital projects(ranging from minor to intermediate in scale) and reactive & planned maintenance work.
The works will be for new and existing buildings, some of which can be heritage buildings. Some works will be undertaken in live buildings, leading to multi-phased projects, which are management intensive.
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: 1200000.00  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:  
Two possible renewals of 12 months each. Total possible length 48 months
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)

Description

II.2.1)

Title

Lot 4 (North East -Kildare, Meath, Louth, Monaghan, Cavan East, Westmeath east)
Lot No:  4
II.2.2)

Additional CPV code(s)

71200000  -  Architectural and related services
71220000  -  Architectural design services
II.2.3)

Place of performance

Main site or place of performance:  
Co. Meath, C15 NX36
II.2.4)

Description of the procurement

The Commissioners of Public Works in Ireland intend appointing a number of Architectural Consultants to a professional architectural services framework. Services will be in relation to capital projects(ranging from minor to intermediate in scale) and reactive & planned maintenance work.
The works will be for new and existing buildings, some of which can be heritage buildings. Some works will be undertaken in live buildings, leading to multi phased projects, which are management intensive.
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: 1200000.00  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:  
Two possible renewals of 12 months each. Total possible length 48 months
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)

Description

II.2.1)

Title

Lot 5 (South East - Waterford, Wexford, Wicklow, Carlow, Laois, Kilkenny, Offaly)
Lot No:  5
II.2.2)

Additional CPV code(s)

71200000  -  Architectural and related services
71220000  -  Architectural design services
II.2.3)

Place of performance

Main site or place of performance:  
Co. Meath, C15 NX36
II.2.4)

Description of the procurement

The Commissioners of Public Works in Ireland intend appointing a number of Architectural Consultants to a professional architectural services framework. Services will be in relation to capital projects(ranging from minor to intermediate in scale) and reactive & planned maintenance work.
The works will be for new and existing buildings, some of which can be heritage buildings. Some works will be undertaken in live buildings, leading to multi phased projects, which are management intensive.
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: 1200000.00  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:  
Two possible renewals of 12 months each. Total possible length 48 months
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:  Registration as an architect under the Part 3 of the Building Control Act 2007 or eligibility to Register as an Architect in Ireland without further assessment.
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.2.1)

Information about a particular profession

Execution of the service is reserved to a particular profession
Reference to the relevant law, regulation or administrative provision:  
Registration as an architect under the Part 3 of the Building Control Act 2007 or eligibility to Register as an Architect in Ireland without further assessment.
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

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:  8
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.2.2)

Time limit for receipt of tenders or requests to participate

Date:  29/05/2020
Local time:  12:00
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:  29/05/2020
Local time:  12:00
Place:  
Office of Public Works (OPW)
Jonathan Swift Street
Trim
Co. Meath, C15 NX36

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.4)

Procedures for review

VI.4.1)

Review body

The Royal Institute of the Architects of Ireland
8 Merrion Square, Dublin 2, D02YE68, Ireland
Dublin 2
D02YE68
IE
Telephone: +353 16761703
E-mail: info@riai.ie
Internet address: https://www.riai.ie/

VI.4.2)

Body responsible for mediation procedures

The Royal Institute of the Architects of Ireland
8 Merrion Square, Dublin 2, D02YE68, Ireland
Dublin 2
IE