Contract notice

Information

Published

Date of dispatch of this notice: 08/05/2020

Expire date: 19/06/2020

External Reference: 2020-205756

TED Reference: 2020/S 093-222389

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Irish Heritage Trust
N/A
11 Parnell Square
Dublin
Dublin 1
IE
Contact person: Peter Kirk
Telephone: +353 18748030
Internet address(es):
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=166073&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

Body governed by public law
I.5)

Main activity

Recreation, culture and religion

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Architect led Single Point Design Team for Strokestown Park House and the National Famine Museum Development on behalf of The Irish Heritage Trust.
Reference number:  SPH_2020_01
II.1.2)

Main CPV code

71000000  -  Architectural, construction, engineering and inspection services
II.1.3)

Type of contract

Services
II.1.4)

Short description

This procurement is a competition to select an Architect led Single Point Design Team. The SPDT will be required to develop the Planning Design to Tender Stage for a Design and Build Contract. The SPDT will be Novated to the Main Contractor on the appointment of the Design and Build Contractor. Planning Permission has already been secured from Roscommon Co. Co.
II.1.5)

Estimated total value

Value excluding VAT: 250000.00  EUR
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

71220000  -  Architectural design services
71311000  -  Civil engineering consultancy services
71312000  -  Structural engineering consultancy services
71334000  -  Mechanical and electrical engineering services
71420000  -  Landscape architectural services
79421100  -  Project-supervision services other than for construction work
II.2.3)

Place of performance

Main site or place of performance:  
Strokestown County Roscommon
II.2.4)

Description of the procurement

This procurement is a competition to select an Architect led Single Point Design Team (SPDT). The SPDT will be required to develop the Planning Design to Tender Stage to a detailed co-ordinated level for a Design and Build Contract. The Single Point Design Team will be Novated to the Main Contractor on the appointment of the Design and Build Contractor.
Planning Permission has already been secured from Roscommon Co. Council to protect this important historic property whilst delivering a new and significantly enhanced visitor experience.
The Permitted works comprise:
• Extensions and upgrade works to the existing visitors centre; including extension of the café area and creation of an outdoor terrace, and the development of a new visitor centre within the existing courtyard.
• Extensions and upgrade works to the stable building; including a new lobby, upgrading of toilet facilities and the conversion of the existing ground floor stables into an event space.
• Upgrade works to the existing car park; including resurfacing, drainage works and landscaping.
In addition it is also intended to carry out Structural, Mechanical and Electrical upgrade works to Strokestown Park House itself.
It is anticipated that the following services will be required as part of the SPDT:
• Architect
• Conservation Architect (Grade 1 or 2)
• Archaeologist
• Assigned Certifier
• Project Supervisor Design Process
• Landscape Architects
• Civil & Structural Engineering
• Mechanical, Electrical and Plant Engineering
• Fire, Safety & DAC Engineering
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: 250000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 30
This contract is subject to renewal: no
II.2.9)

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

Envisaged number of candidates: 6
Objective criteria for choosing the limited number of candidates:
Please Refer to the Suitability Assessment Questionnaire and Project Information Memorandum
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.2.14)

Additional information

N/A

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:  Please refer to the Suitability Assessment Questionnaire
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.2.2)

Contract performance conditions

N/A

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Restricted procedure
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:  19/06/2020
Local time:  17:00
IV.2.3)

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

Date: 20/07/2020
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English
IV.2.6)

Minimum time frame during which the tenderer must maintain the tender

Duration in months : 6  (from the date stated for receipt of tender)

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.2)

Information about electronic workflows

Electronic payment will be used
VI.3)

Additional information

N/A
VI.4)

Procedures for review

VI.4.1)

Review body

High Court
Chief Registrar, High Court, Inns Qual
Dublin
7
IE