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.
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.2.2)
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.
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
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.
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
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.
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
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.
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