Contract notice

Information

Published

Date of dispatch of this notice: 27/11/2020

Expire date: 22/01/2021

External Reference: 2020-248304

TED Reference: 2020/S 232-571628

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Letterkenny Institute of Technology
N/A
Port Road
Co. Donegal
Letterkenny
IE
Contact person: Lorraine Kessack
Telephone: +353 0749186112
Internet address(es):
Main address: http://www.lyit.ie

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=178712&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

Education

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Multi-Party Framework Agreement for Design Consultancy Services (in 5 Lots) for Letterkenny Institute of Technology (LYIT) for projects with estimated construction value >€1,000,000.
Reference number:  RFT 09/20
II.1.2)

Main CPV code

71200000  -  Architectural and related services
II.1.3)

Type of contract

Services
II.1.4)

Short description

LYIT intends to establish a number of Multi Party Framework Agreements for design consultants as separate disciplines in five Lots. The design consultants will act together as multi-disciplinary design teams for various projects and for other design related requirements arising within a 4 year period from the establishment of the Framework in 2021.
Expressions of Interest are invited from each of the following:
Lot 1 - Architectural Design Services; Lot 2 - Quantity Surveying Services; Lot 3 - Civil/Structural Engineering Design Services; Lot 4 -Mechanical and Electrical Engineering Design Services; Lot 5 – Project Supervisor Design Process Services (PSDP).
Each consultant will be engaged directly by LYIT and once appointed will work as part of a team with the other consultant disciplines under the leadership of the project Architect or other consultant as appropriate.
II.1.5)

Estimated total value

Value excluding VAT: 6850000.00  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

Architectural Design Services Incl. Specialist Skills
Lot No:  1
II.2.2)

Additional CPV code(s)

71240000  -  Architectural, engineering and planning services
71313200  -  Sound insulation and room acoustics consultancy services
71317100  -  Fire and explosion protection and control consultancy services
71351914  -  Archaeological services
71400000  -  Urban planning and landscape architectural services
71410000  -  Urban planning services
71420000  -  Landscape architectural services
71322500  -  Engineering-design services for traffic installations
71200000  -  Architectural and related services
71313000  -  Environmental engineering consultancy services
II.2.3)

Place of performance

Main site or place of performance:  
Co Donegal
II.2.4)

Description of the procurement

a) The Architect will be the design team leader (unless noted otherwise at mini-competition stage)
b) The Architect will be required to provide all of the professional architectural services, including specialist skills of Fire Engineering Design Services, Landscape Architectural Design Services, Sports Pitch Design, Planning Consultancy Services, Environmental Consultancy Services, Archaeological Services and Conservation Architectural Design Services, Acoustic Consultancy Services, and Traffic and Transportation Engineering Services, as necessary to comply with the requirements of each Design Brief including all post contract supervision as necessary to ensure the satisfactory completion of the project(s).
c) Architectural Services shall also include, inter alia, the following services:
i. The preparation, submission and attainment of all statutory approvals as may be required including: (a) Disability Access Certificates; (b) Planning Approvals; and (c) Fire Certificate. The Institute will pay all Local Authority Fees & Contributions associated with obtaining required statutory approvals.
ii. Unless otherwise nominated the Architect will provide all of the services associated with the Assigned Certifier under the Building Control (Amendment) Regulations 2014 and will provide the Design Certificate(s) associated with same.
iii. All landscaping and planting design.
iv. Preparation, assessment and recommendation of Works Contractors and tenders in conjunction with the other members of the design team.
v. Recruitment and employment of a project Clerk of Works. The Institute will reimburse all costs associated with the Clerk of Works appointment.
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: 3300000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48
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: 8
Objective criteria for choosing the limited number of candidates:
Following receipt of applications, each applicant will be evaluated on foot of the criteria, rules and weightings contained in the qualification questionnaire, scored and ranked and the top eight (8) in each lot will be invited to tender.
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 Surveying Services Incl. Specialist Skills
Lot No:  2
II.2.2)

Additional CPV code(s)

71322100  -  Quantity surveying services for civil engineering works
71324000  -  Quantity surveying services
II.2.3)

Place of performance

Main site or place of performance:  
Co Donegal
II.2.4)

Description of the procurement

a) Quantity Surveying Services shall include all the professional services in the area of Quantity Surveying as necessary to comply with the requirements of the Tender Documentation and Design Brief, together with such post contract supervision as required to ensure the satisfactory completion of the project.
b) Quantity Surveying Services shall also include, inter alia, the following services:
i. The provision of full cost planning, value engineering and budget management Services. The Tender Pricing Document will incorporate full Bills of Quantities associated with all M&E Services. The Quantity Surveyor will be required to exercise full responsibility for all pre and post contract cost control and final account settlement associated with all specialist works including M&E Services.
ii. Assessment of Works Contractors in conjunction with the other members of the design team.
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: 1150000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48
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: 8
Objective criteria for choosing the limited number of candidates:
Following receipt of applications, each applicant will be evaluated on foot of the criteria, rules and weightings contained in the qualification questionnaire, scored and ranked and the top eight (8) in each lot will be invited to tender.
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/Structural Engineering Design Services Incl. Specialist Skills
Lot No:  3
II.2.2)

Additional CPV code(s)

71311000  -  Civil engineering consultancy services
71312000  -  Structural engineering consultancy services
71332000  -  Geotechnical engineering services
II.2.3)

Place of performance

Main site or place of performance:  
Co Donegal
II.2.4)

Description of the procurement

a) The Civil/Structural Engineer shall provide the professional services in the area of Civil/Structural engineering as necessary to comply with the requirements of the Tender Specification and Design Brief, together with such post contract supervision as required to ensure satisfactory completion of the project.
b) Structural Engineering Services shall also include, inter alia, the following services:
i. The procurement, supervision, reporting and dissemination of site investigations, structural/dimensional surveys and the like as necessary for the design and construction of the proposed works. The Institute will pay the costs of associated specialist contractors/surveys and related exploratory/intrusive investigations and opening up as required.
ii. Such additional engineering presence on site during critical structural activities and stages as necessary to ensure full compliance with the works requirements, specifications and quality standards.
iii. Assessment of Works Contractors in conjunction with the other members of the design team.
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: 1000000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48
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: 8
Objective criteria for choosing the limited number of candidates:
Following receipt of applications, each applicant will be evaluated on foot of the criteria, rules and weightings contained in the qualification questionnaire, scored and ranked and the top eight (8) in each lot will be invited to tender.
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

Mechanical & Electrical Engineering Design Services
Lot No:  4
II.2.2)

Additional CPV code(s)

71321000  -  Engineering design services for mechanical and electrical installations for buildings
II.2.3)

Place of performance

Main site or place of performance:  
Co Donegal
II.2.4)

Description of the procurement

a) The M&E Engineer shall provide the professional services in the area of Mechanical and Electrical engineering as necessary to comply with the requirements of the Tender Specification and Design Brief, together with such post contract supervision as required to ensure satisfactory completion of the project.
b) M&E Services shall also include, inter alia, the following services:
i. Undertaking as part of the combined Stage 1 and 2a, of a comprehensive survey of all existing mechanical, electrical, and associated services and plant in their entirety to include all underground services associated with the proposed works. Surveys shall establish the condition of all existing plant and distribution, capacity to service refurbished areas, potential for energy savings, services rationalisation and the scope of required remedial works. Existing services drawings and safety files will be made available to assist with this survey but cannot be relied upon in terms of their accuracy or completeness.
ii. Prepare LEED/BREEAM or similar assessments as appropriate and required.
iii. Assist with undertaking appraisals in connection with maximising energy reduction and sustainability requirements.
iv. Prepare and make application for a Building Energy Rating (BER) Certificates as required.
v. Assist the Quantity Surveyor with advice on the budgeting and associated cost implications of M&E services during all project stages.
vi. Assessment of Works Contractors in conjunction with the other members of the design team.
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: 1200000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48
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: 8
Objective criteria for choosing the limited number of candidates:
Following receipt of applications, each applicant will be evaluated on foot of the criteria, rules and weightings contained in the qualification questionnaire, scored and ranked and the top eight (8) in each lot will be invited to tender.
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

Project Supervisor Design Process Services
Lot No:  5
II.2.2)

Additional CPV code(s)

71317210  -  Health and safety consultancy services
II.2.3)

Place of performance

Main site or place of performance:  
Co Donegal
II.2.4)

Description of the procurement

a) The PSDP shall perform all the duties of PSDP under the Health and Welfare at Work (Construction) Regulations 2013 (S.I. No. 291 of 2013) and any subsequent amendment thereto (the Construction Regulations) for the project comprising the works. Tenders shall include for performing all such duties associated with undertaking the role of PSDP.
b) PSDP Services shall also include, inter alia, the following services:
i. The PSDP will have responsibility for coordinating copying and circulating existing Safety Files including as built drawings, specifications and the like to the remainder of the design team for the purposes of progressing the design. The Institute will reimburse the PSDP for the cost of copying any hard copy files where electronic copies do not exist. The PSDP shall ensure that all information in relation to the Works is fully assimilated into each existing Safety File for individual Buildings impacted by the works.
ii. Assessment of the overall completeness of the updated Safety Files in conjunction with the remainder of the design team and coordinating issue of same with the PSCS to the Institute.
iii. Assessment of Works Contractors in conjunction with other members of the design team and Estates Office with particular reference to competence to act as Project Supervisor Construction Stage.
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: 200000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48
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: 8
Objective criteria for choosing the limited number of candidates:
Following receipt of applications, each applicant will be evaluated on foot of the criteria, rules and weightings contained in the qualification questionnaire, scored and ranked and the top eight (8) in each lot will be invited to tender.
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 per the Suitability Assessment Questionnaire (QC1) available to download from www.etenders.gov.ie
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

Details will be included in the tender documents at Stage 2.
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

Restricted 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:  5
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:  23/12/2020
Local time:  15:00
IV.2.3)

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

Date: 06/02/2021
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 : 3  (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 ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.4)

Procedures for review

VI.4.1)

Review body

The High Court
Inns Quay
Dublin 7
IE