Contract notice

Information

Published

Date of dispatch of this notice: 26/06/2020

Expire date: 14/08/2020

External Reference: 2020-275687

TED Reference: 2020/S 124-304262

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

National Museum of Ireland
N/A
Collins Barracks
Dublin 7
Benburb Street
IE
Contact person: Marian Regan
Telephone: +353 014020114
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=169355&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

Multi-Operator Framework Open - Preliminary Business Case and Associated Staged Services (2020/2025)
II.1.2)

Main CPV code

72224000  -  Project management consultancy services
II.1.3)

Type of contract

Services
II.1.4)

Short description

The National Museum of Ireland requests tender responses from suitably qualified professionals for appointment to a Multi-Party Framework for the provision of Project Management Services (The Project) for a period of up to 6 years. The appointed consultant will report to the Head of Operations. Primary Role of Service:
1. Business Case Coordination for the development and delivery of the NMI – Natural History Preliminary Business Case
2. Project Management
3. Technical assistance and any further support necessary, with an emphasis on the coordination of the later stages of the Public Spending Code and development of a visitor experience strategy.
Subsequent phases of the project (2 and 3) if required and purely at the discretion of NMI may be negotiated in line with Article 32.5 of Directive 2014/24/EU.
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)

66122000  -  Corporate finance and venture capital services
79410000  -  Business and management consultancy services
79411100  -  Business development consultancy services
72224000  -  Project management consultancy services
71220000  -  Architectural design services
79311410  -  Economic impact assessment
71324000  -  Quantity surveying services
71300000  -  Engineering services
II.2.3)

Place of performance

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

Description of the procurement

The National Museum of Ireland requests tender responses from suitably qualified professionals for appointment to a Multi-Party Framework for the provision of Project Management Services for a period of up to 6 years.
The appointed consultant will report to the Head of Operations.
Primary Role of Service
The primary role of the service is to provide:
1. Business Case Coordination for the development and delivery of the NMI – Natural History Preliminary Business Case
2. Project Management
3. Technical assistance and any further support necessary, with an emphasis on the coordination of the later stages of the Public Spending Code and development of a visitor experience strategy.
1. NMI – Natural History Business Case
As part of NMI’s capital investment plans under the ‘Investing in our Culture, Language and Heritage 2018 – 2027’ programme, the appointed consultant will provide assistance with the development and delivery of the NMI - Natural History Business Case through the following three stages of the project’s lifecycle (as per Public Spending Code Requirements):
Stage 1: Preliminary Business Case
Stage 2: Final Business Case
Stage 3: Implementation
The successful individual or company will be required to ensure the Preliminary Business Case is fully compliant with the Public Spending Code and any amendments that are subsequently made to the Code, pre-submission of the Preliminary Business Case.
Subsequent phases of the project (2 and 3) if required and purely at the discretion of NMI may be negotiated in line with Article 32.5 of Directive 2014/24/EU which states that the negotiated procedure without prior publication may be used for new services consisting in the repetition of similar services awarded on foot of this competition. The basis project includes all of the services referred to under Section 2.2 of this RFT. Such negotiations will be contingent on satisfactory performance and budget availability and are purely discretionary. There is no guarantee of any follow-on phases.
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: 72
This contract is subject to renewal: no
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: yes
Description of options:
Subsequent phases of the project (2 and 3) if required and purely at the discretion of NMI may be negotiated in line with Article 32.5 of Directive 2014/24/EU which states that the negotiated procedure without prior publication may be used for new services consisting in the repetition of similar services awarded on foot of this competition. The basis project includes all of the services referred to under Section 2.2 of this RFT. Such negotiations will be contingent on satisfactory performance and budget availability and are purely discretionary. There is no guarantee of any follow-on phases.
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

Please consult the associated documentation, which contains full instructions regarding the submission of tenders and is available to download from www.etenders.gov.ie using RFT ID 171895

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.2.2)

Contract performance conditions

Please consult the associated documentation, which contains full instructions regarding the submission of tenders and is available to download from www.etenders.gov.ie using RFT ID 171895

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:  2
In the case of framework agreements, provide justification for any duration exceeding 4 years:  6 year framework is based on business needs and requirement for continuity of supply over the business case and renovation strategy which includes decanting, designing, construction and hand-over over 6 years from 2020 to 2025.
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:  27/07/2020
Local time:  17:00
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

Tender must be valid until:  25/06/2021
IV.2.7)

Conditions for opening of tenders

Date:  27/07/2020
Local time:  17:00
Place:  
Via etenders
Information about authorised persons and opening procedure:  
Authorised personnel

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.3)

Additional information

Please consult the associated documentation, which contains full instructions regarding the submission of tenders and is available to download from www.etenders.gov.ie using RFT ID 171895
VI.4)

Procedures for review

VI.4.1)

Review body

The High Court
Four Courts
Dublin
7
IE
Telephone: +353 18886000

VI.4.3)

Review procedure

Precise information on deadline(s) for review procedures: 
In accordance with the Remedies Directive