Contract notice - utilities

Information

Published

Date of dispatch of this notice: 27/04/2020

Expire date: 29/05/2020

External Reference: 2020-271677

TED Reference: 2020/S 083-197626

Contract notice - utilities

Contract notice – utilities

Services

Directive 2014/25/EU

Section I: Contracting entity

I.1)

Name and addresses

An Post
N/A
General Post Office
Dublin
O'Connell Street
IE
Contact person: Lorraine Hernon
Telephone: +353 17058520
Internet address(es):
Main address: www.anpost.com

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=165990&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.6)

Main activity

Postal services

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Property Feasibility Team Services
Reference number:  2021
II.1.2)

Main CPV code

71241000  -  Feasibility study, advisory service, analysis
II.1.3)

Type of contract

Services
II.1.4)

Short description

An Post is seeking applications from suitably qualified and experienced companies for appointment to a Multi-Party Framework Agreement for Property Feasibility Team Services. The Framework shall be divided into five (5) Lots:
Lot 1: Project Manager, Urban Planning and Transport Planning
Lot 2: Architect
Lot 3: Property Valuer
Lot 4: Quantity Surveyor
Lot 5: Civil and Structural Engineer
During the term of the Framework these Services will form part of a multi-disciplinary Property Feasibility Team and it is envisaged that the team will assess existing and potential An Post property assets and provide guidance on how these assets can be optimized going forward from a planning perspective.
The Feasibility Team will also be required to consider and advise on lands that could be used to establish future An Post properties including distribution centres and retails stores.
Applicants must be in a position to provide both elements of the services set out above.
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

Project Manager, Urban Planning and Transport Planning
Lot No:  1
II.2.2)

Additional CPV code(s)

70000000  -  Real estate services
71000000  -  Architectural, construction, engineering and inspection services
71200000  -  Architectural and related services
71210000  -  Advisory architectural services
71220000  -  Architectural design services
71240000  -  Architectural, engineering and planning services
71311000  -  Civil engineering consultancy services
71312000  -  Structural engineering consultancy services
71324000  -  Quantity surveying services
71410000  -  Urban planning services
II.2.3)

Place of performance

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

Description of the procurement

Lot 1: Property Manager, Urban Planning and Transport Planning
Project Management – Lead the Feasibility Team in preparation of feasibility reports; tracking of ongoing projects; organisation of meetings and account management.
Urban Planning – Preparation of Site Feasibility Reports; preparation of planning submissions and appeals; preparation of submissions on statutory (e.g. Development Plans) and non-statutory (Masterplans) Plans and Documents; Preparation of due diligence reports; monitoring and review of planning applications; general planning advice on a case by case basis.
Transport Planning – Preparation of feasibility studies and Drawings; strategic transport advice; review of planning applications; general advice from a transport perspective on a case by case basis.
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: 60
This contract is subject to renewal: yes
Description of renewals:  
It is anticipated the Framework Agreement shall remain in place for a period of five (5) years with an option to extend for a period up to a further three (3) years subject to review.
II.2.9)

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

Envisaged number of candidates: 5
Objective criteria for choosing the limited number of candidates:
Selection Criteria as stated in PQQ
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

Architect
Lot No:  2
II.2.2)

Additional CPV code(s)

70000000  -  Real estate services
71000000  -  Architectural, construction, engineering and inspection services
71200000  -  Architectural and related services
71210000  -  Advisory architectural services
71220000  -  Architectural design services
71240000  -  Architectural, engineering and planning services
71311000  -  Civil engineering consultancy services
71312000  -  Structural engineering consultancy services
71324000  -  Quantity surveying services
71410000  -  Urban planning services
II.2.3)

Place of performance

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

Description of the procurement

Lot 2: Architect
Architecture - Preparation of feasibility plans with advice from Planning and Property team for both the optimisation of existing and proposed retail offices and lands and the optimisation of both existing and new Mails & Parcels units within the An Post Business. This will include preparation of feasibility plans for use by property valuation for analysis and for costing by Quantity Surveyor. It also includes general architectural advice on a case by case basis. Attendance at ongoing feasibility meetings.
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: 60
This contract is subject to renewal: yes
Description of renewals:  
It is anticipated the Framework Agreement shall remain in place for a period of five (5) years with an option to extend for a period up to a further three (3) years subject to review.
II.2.9)

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

Envisaged number of candidates: 5
Objective criteria for choosing the limited number of candidates:
Selection Criteria as stated in PQQ
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

Property Valuer
Lot No:  3
II.2.2)

Additional CPV code(s)

70000000  -  Real estate services
71000000  -  Architectural, construction, engineering and inspection services
71200000  -  Architectural and related services
71210000  -  Advisory architectural services
71220000  -  Architectural design services
71240000  -  Architectural, engineering and planning services
71311000  -  Civil engineering consultancy services
71312000  -  Structural engineering consultancy services
71324000  -  Quantity surveying services
71410000  -  Urban planning services
II.2.3)

Place of performance

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

Description of the procurement

Lot 3: Property Valuer
Property Valuation and Redevelopment Advice – Advise on preferred end uses for feasibility plans with advice from Planning & Property team for both the optimisation of existing and proposed retail offices and lands and the optimisation of both existing and new Mails & Parcels units within the An Post Business. This will include preparation of valuations of existing and proposed redevelopments within portfolio, market and industry knowledge, residual redevelopment property valuations and analysis. It also includes provision of advice as to timing to market, case-by-case market knowledge of specific areas, working current knowledge of market comparables etc. General advice on a case by case basis. Attendance at ongoing feasibility meetings.
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: 60
This contract is subject to renewal: yes
Description of renewals:  
It is anticipated the Framework Agreement shall remain in place for a period of five (5) years with an option to extend for a period up to a further three (3) years subject to review.
II.2.9)

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

Envisaged number of candidates: 5
Objective criteria for choosing the limited number of candidates:
Selection Criteria as stated in PQQ
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

Quantity Surveyor
Lot No:  4
II.2.2)

Additional CPV code(s)

70000000  -  Real estate services
71000000  -  Architectural, construction, engineering and inspection services
71200000  -  Architectural and related services
71210000  -  Advisory architectural services
71220000  -  Architectural design services
71240000  -  Architectural, engineering and planning services
71311000  -  Civil engineering consultancy services
71312000  -  Structural engineering consultancy services
71324000  -  Quantity surveying services
71410000  -  Urban planning services
II.2.3)

Place of performance

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

Description of the procurement

Lot 4: Quantity Surveyor
Quantity Surveyor – With proven market knowledge of current tender levels this role is to advise on end costs for feasibility plans. Working within a feasibility team for both the optimisation of existing and proposed retail offices and lands and the optimisation of both existing and new Mails & Parcels units within the An Post Business. This will include preparation of Bills of Quantities/ Quantum of costs of proposed redevelopments within portfolio. General costing advice on a case by case basis. Attendance at ongoing feasibility meetings.
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: 60
This contract is subject to renewal: yes
Description of renewals:  
It is anticipated the Framework Agreement shall remain in place for a period of five (5) years with an option to extend for a period up to a further three (3) years subject to review.
II.2.9)

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

Envisaged number of candidates: 5
Objective criteria for choosing the limited number of candidates:
Selection Criteria as stated in PQQ
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

Civil and Structural Engineer
Lot No:  5
II.2.2)

Additional CPV code(s)

70000000  -  Real estate services
71000000  -  Architectural, construction, engineering and inspection services
71200000  -  Architectural and related services
71210000  -  Advisory architectural services
71220000  -  Architectural design services
71240000  -  Architectural, engineering and planning services
71311000  -  Civil engineering consultancy services
71312000  -  Structural engineering consultancy services
71324000  -  Quantity surveying services
71410000  -  Urban planning services
II.2.3)

Place of performance

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

Description of the procurement

Lot 5: Civil and Structural Engineer
Engineering - Involvement in preparation of feasibility plans giving advice on matters civil and structural for both the optimisation of existing and proposed retail offices and lands and the optimisation of both existing and new Mails & Parcels facilities within the An Post Business. This will include informing detailed feasibility plan design and costing in all matters relating to Civil and Structural Engineering on a site specific basis. Attendance at ongoing feasibility meetings.
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: 60
This contract is subject to renewal: yes
Description of renewals:  
It is anticipated the Framework Agreement shall remain in place for a period of five (5) years with an option to extend for a period up to a further three (3) years subject to review.
II.2.9)

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

Envisaged number of candidates: 5
Objective criteria for choosing the limited number of candidates:
Selection Criteria as stated in PQQ
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:  As set out in PQQ
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.1.4)

Objective rules and criteria for participation

List and brief description of rules and criteria: As set out in PQQ
III.2)

Conditions related to the contract

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Negotiated procedure with prior call for competition
IV.1.3)

Information about a framework agreement or a dynamic purchasing system

Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement:  10
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:  29/05/2020
Local time:  12:00
IV.2.3)

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

Date: 08/06/2020
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.4)

Procedures for review

VI.4.1)

Review body

Irish Courts Service
The Four Courts
Dublin
IE