Contract notice

Information

Published

Date of dispatch of this notice: 25/05/2020

Expire date: 26/06/2020

External Reference: 2020-239131

TED Reference: 2020/S 102-246392

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Office of the Planning Regulator
IE 3643076CH
Block C, 77 Sir John Rogerson’s Quay, Grand Canal Dock
Dublin
Dublin 2
IE
Contact person: Valerie Halpin
Telephone: +353 015530270
Internet address(es):
Main address: https://www.opr.ie

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=167383&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

National or federal agency/office
I.5)

Main activity

Other activity:  Planning Regulation

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Office of the Planning Regulator - Framework for the Provision of Planning Review and Assessment Services
II.1.2)

Main CPV code

79419000  -  Evaluation consultancy services
II.1.3)

Type of contract

Services
II.1.4)

Short description

The Office of the Planning Regulator invites tenders to this request for tenders (“RFT”) for appointment to a multi-supplier framework agreement or the provision of Planning Review and Assessment services.
In summary, the services comprise:
* Assessors of Statutory Plans – Lot 1
* Reviewers of Systems and Procedures used by Planning Authorities – Lot 2
Detailed information on the procedure to be used for this procurement is provided in the accompanying RFT document (including instructions to tenderers and a detailed specification of the Office of the Planning Regulators requirements).
II.1.5)

Estimated total value

Value excluding VAT: 200000.00  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

Assessors of Statutory Plans
Lot No:  1
II.2.2)

Additional CPV code(s)

71400000  -  Urban planning and landscape architectural services
71700000  -  Monitoring and control services
90712000  -  Environmental planning
II.2.3)

Place of performance

Main site or place of performance:  
Dublin 2
II.2.4)

Description of the procurement

The OPR has a full-time team of staff to discharge the statutory roles above and others that, subject to fluctuations in workload and seasonal factors, may present a business requirement for two distinct groups of external fee-per-case contractors to assist the Office from time to time on specific tasks, on a fee-per-case basis, including
a. the assessment of statutory plans (Lot 1 of the RFT) , and
b. reviews of planning authorities (Lot 2 of the RFT).
Accordingly. The OPR is requesting tenders for appointment to a Framework for the Provision of Planning Review and Assessment Services to the Office of the Planning Regulator. Two contractor panels will be established under the Framework Agreement for the provision of these tasks as follows:
• Assessors of Statutory Plans – Lot 1
• Reviewers of Systems and Procedures used by Planning Authorities – Lot 2
Each lot constitutes a distinct role. Tenderers may decide to submit tenders for either one of the lots above or both; it is important that tenderers clearly indicate which roles (Lot 1 and/or Lot 2) they are applying for as tenders will only be considered on this basis. Full details are available in the accompanying RFT document.
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: 120000.00  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:  
The Contracting Authority reserves the right, at its discretion, to extend the Term for a period or periods of up to twelve (12) months with a maximum of two (2) such extension or extensions on the same terms and conditions, subject to the Contracting Authority’s obligations at law. The Term will not exceed four (4) years in aggregate.
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

Full details are available in the accompanying RFT document.
II.2)

Description

II.2.1)

Title

Reviewers of Systems and Procedures used by Planning Authorities
Lot No:  2
II.2.2)

Additional CPV code(s)

71400000  -  Urban planning and landscape architectural services
71700000  -  Monitoring and control services
90712000  -  Environmental planning
II.2.3)

Place of performance

Main site or place of performance:  
Dublin 2
II.2.4)

Description of the procurement

The OPR has a full-time team of staff to discharge the statutory roles above and others that, subject to fluctuations in workload and seasonal factors, may present a business requirement for two distinct groups of external fee-per-case contractors to assist the Office from time to time on specific tasks, on a fee-per-case basis, including
a. the assessment of statutory plans (Lot 1 of the RFT) , and
b. reviews of planning authorities (Lot 2 of the RFT).
Accordingly. The OPR is requesting tenders for appointment to a Framework for the Provision of Planning Review and Assessment Services to the Office of the Planning Regulator. Two contractor panels will be established under the Framework Agreement for the provision of these tasks as follows:
• Assessors of Statutory Plans – Lot 1
• Reviewers of Systems and Procedures used by Planning Authorities – Lot 2
Each lot constitutes a distinct role. Tenderers may decide to submit tenders for either one of the lots above or both; it is important that tenderers clearly indicate which roles (Lot 1 and/or Lot 2) they are applying for as tenders will only be considered on this basis. Full details are available in the accompanying RFT document.
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: 80000.00  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:  
The Contracting Authority reserves the right, at its discretion, to extend the Term for a period or periods of up to twelve (12) months with a maximum of two (2) such extension or extensions on the same terms and conditions, subject to the Contracting Authority’s obligations at law. The Term will not exceed four (4) years in aggregate.
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

Full details are available in the accompanying RFT document.

Section III: Legal, economic, financial and technical information

III.1)

Conditions for participation

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.2.3)

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:  15
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:  24/06/2020
Local time:  17:00
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 : 48  (from the date stated for receipt of tender)
IV.2.7)

Conditions for opening of tenders

Date:  24/06/2020
Local time:  17:00

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

High Court of Ireland
Dublin
IE