Contract notice

Information

Published

Date of dispatch of this notice: 22/12/2020

Expire date: 29/01/2021

External Reference: 2020-290948

TED Reference: 2020/S 251-631197

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Limerick Institute of Technology
N/A
Moylish Park
Limerick
V94 EC5T
IE
Contact person: Jacintha Burns
Telephone: +353 050428020
Internet address(es):
Main address: https://lit.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=180466&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

Provision of Architect Led Project Team for Thurles Sports Campus for Limerick Institute of Technology
Reference number:  TSCALPT2020
II.1.2)

Main CPV code

71221000  -  Architectural services for buildings
II.1.3)

Type of contract

Services
II.1.4)

Short description

LIT requires the services of an Architect-led Integrated Project Team to design facilities and supervise their construction. The main facilities required are a tennis centre with six clad covered clay courts, a 4G AstroTurf GAA-sized floodlit pitch, two GAA-sized pitches, a 600 person viewing stand structure, a jogging track with exercise stations, an extension to the existing Sportslab facility, a mezzanine floor within the Sportslab;, a flood-lit multi-sport training area, coaching parking, and services infrastructure. The ALPT services required comprise Architect (Team Lead Consultant), Project Manager, Civil/Structural Engineer, Quantity Surveyor, Building Services Engineer., Assigned Certifier, Fire Safety Consultant, Health & Safety Consultant / Project Supervisor Design Process. A single contract will be awarded, to the Lead Consultant. All other consultants will be engaged by the Lead Consultant, and will enter into Collateral Warranty Agreements with LIT.
II.1.5)

Estimated total value

Value excluding VAT: 1700000.00  EUR
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

71222000  -  Architectural services for outdoor areas
71311000  -  Civil engineering consultancy services
71312000  -  Structural engineering consultancy services
71317100  -  Fire and explosion protection and control consultancy services
71317210  -  Health and safety consultancy services
71320000  -  Engineering design services
71321000  -  Engineering design services for mechanical and electrical installations for buildings
71324000  -  Quantity surveying services
71334000  -  Mechanical and electrical engineering services
71541000  -  Construction project management services
II.2.3)

Place of performance

Main site or place of performance:  
Thurles, Co. Tipperary, Ireland
II.2.4)

Description of the procurement

LIT, in partnership with Tipperary County Council, Tipperary GAA, and Tennis Ireland / Thurles Tennis Club, proposes to deliver significant sporting and community facilities at it's Thurles campus. The project is in receipt of Large Scale Sports Infrastructure Fund Stream One funding. LIT wishes to engage the services of an Architect-led Integrated Project Team to design the facilities and (subject to further funding grant) supervise their construction.
The main facilities required are:
1. A tennis centre with six proprietary fixed structure membrane clad covered clay courts;
2. One 4G AstroTurf GAA-sized floodlit pitch capable of accommodating multiple field sports.
3. Two sand-carpet, GAA-sized pitches
4. One 600 person viewing stand structure, located between the 4G pitch and one of the sand-carpet pitches, incorporating dressing rooms and viewing facilities for both pitches.
5. A lit walking / jogging track with exercise stations around the pitches
6. An extension to the existing Sportslab facility (completed 2015)
7. A mezzanine floor within the main hall space of the Sportslab; for a fitness gym facility
8. A flood-lit multi-sport training area with rebound wall
9. Parking, coaching parking, and services infrastructure.
The ALPT services required to be provided for the Project comprise the following
principal services / disciplines as set down in the pre-qualification documentation:
Architect (Team Lead Consultant),Project Manager.,Civil/Structural Engineer, Quantity Surveyor, Building Services Engineer., Assigned Certifier, Fire Safety Consultant, Health & Safety Consultant / Project Supervisor Design Process.
A single contract will be awarded, to the Lead Consultant. All other consultants will
be engaged by the Lead Consultant, and will enter into Collateral Warranty
Agreements with LIT. The project will be carried out in accordance with the requirements of the Capital Works Management Framework (CWMF)
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: 1700000.00  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: 6
Objective criteria for choosing the limited number of candidates:
In our experience admitting more than six applicants as part of stage 1 will not increase the overall quality of outcome or value for money delivered by the tender process.
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

All information in relation to tenders is published on
www.etenders.gov.ie only.

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 tender documents.
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 refer to tender documents.
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.1.8)

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:  29/01/2021
Local time:  17:00
IV.2.3)

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

Date: 17/02/2021
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 : 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 invoicing will be accepted
Electronic payment will be used
VI.4)

Procedures for review

VI.4.1)

Review body

The Four Courts
Inns Quay,
Dublin 7.
D7
IE
Internet address: www.courts.ie