Contract notice

Information

Published

Date of dispatch of this notice: 20/09/2021

Expire date: 02/11/2021

External Reference: 2021-209727

TED Reference: 2021/S 186-483091

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Office of Public Works (OPW)
N/A
Jonathan Swift Street
Trim
Co. Meath, C15 NX36
IE
Contact person: Jenny Deery
Telephone: +353 16476871
NUTS code:  IE06 -  Eastern and Midland
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=198100&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

Regional or local authority
I.5)

Main activity

General public services

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Architect Led Integrated Design Team Services for the development of a new visitor hub facility at Dublin Castle
II.1.2)

Main CPV code

71200000  -  Architectural and related services
II.1.3)

Type of contract

Services
II.1.4)

Short description

The OPW is seeking to enter into a contract for Architect Led Integrated Design Team Services for the development of a new visitor hub at Dublin Castle. The project will be guided by the objectives set out in the Dublin Castle Conservation Management Statement.
The design team will comprise the following principle disciplines:
- Architectural Design including design team lead
- Civil & Structural Engineering
- Mechanical & Electrical Engineering
- Conservation Architect
- Quantity Surveyor
- Project Management
- Planning Consultant
- Archaeological Consultant
- Interior Design Consultant
- Kitchen Design Consultant
- PSDP services
- BREEAM / LEED Consultant
- Assigned Certifier
- Design Certifier
- Fire Safety Consultant
- DAC Consultancy
- Other Ancillary Services as required
II.1.5)

Estimated total value

Value excluding VAT: 300000.00  EUR
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

71210000  -  Advisory architectural services
71220000  -  Architectural design services
71221000  -  Architectural services for buildings
71300000  -  Engineering services
71311000  -  Civil engineering consultancy services
71311100  -  Civil engineering support services
71312000  -  Structural engineering consultancy services
71313000  -  Environmental engineering consultancy services
71313420  -  Environmental standards for construction
71315000  -  Building services
71317200  -  Health and safety services
71317210  -  Health and safety consultancy services
71321000  -  Engineering design services for mechanical and electrical installations for buildings
71322000  -  Engineering design services for the construction of civil engineering works
71322100  -  Quantity surveying services for civil engineering works
71324000  -  Quantity surveying services
71333000  -  Mechanical engineering services
71334000  -  Mechanical and electrical engineering services
71351914  -  Archaeological services
II.2.3)

Place of performance

NUTS code:  IE06 -  Eastern and Midland
II.2.4)

Description of the procurement

The OPW is seeking to enter into a contract for Architect Led Integrated Design Team Services for the development of a new visitor hub at Dublin Castle. The project will be guided by the objectives set out in the Dublin Castle Conservation Management Statement.
The purpose of the project is to;
• Deliver a high-quality visitor experience at Dublin Castle through the provision of a new entrance, visitor reception, café, retail, interpretation, toilets.
• Add value to the existing heritage asset at Dublin Castle to create an improved landmark visitor destination for Dublin.
• Provide a facility which addresses wider issues including Life Cycle Costing, Universal access, and compliance with relevant legislation.
• Provide a facility which anticipates and contributes positively to the ongoing development of Dublin Castle as a heritage destination of national significance.
• To promote a wider understanding of the significance of Dublin Castle as one of Ireland’s premier cultural and historic sites; to position it as one of the key visitor attractions in the city of Dublin, and in Ireland; and to plan for the growth in visitor numbers expected over the coming decade.
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: 300000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 36
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: 5
Objective criteria for choosing the limited number of candidates:
As stated in procurement documents available to download from www.etenders.gov.ie using RFT ID 198995
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

As stated in procurement documents available to download from www.etenders.gov.ie using RFT ID 198995

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 stated in procurement documents available to download from www.etenders.gov.ie using RFT ID 198995
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.2.1)

Information about a particular profession

Execution of the service is reserved to a particular profession
Reference to the relevant law, regulation or administrative provision:  
As stated in procurement documents available to download from www.etenders.gov.ie using RFT ID 198995
III.2.2)

Contract performance conditions

As stated in procurement documents available to download from www.etenders.gov.ie using RFT ID 198995
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:  22/10/2021
Local time:  12:00
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 : 12  (from the date stated for receipt of tender)

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.3)

Additional information

1) Interested parties must register their interest on the eTenders web site (www.etenders.gov.ie) in order to be included on the mailing list for clarifications. All information relating to attachments, including clarifications and changes, will be published on the Irish Government Procurement Opportunities Portal (www.etenders.gov.ie) only. Registration is free of charge. The contracting authority will not accept responsibility for information relayed (or not relayed) via third parties;
2) Suppliers must register their interest on the eTenders web site (www.etenders.gov.ie) in order to be included on the mailing list for clarifications and to respond electronically to the competition. There is a maximum upload limit of 2GB per document on etenders. Documents larger than this should be divided into smaller files prior to upload or zipped.
3) Should you experience difficulty when uploading documents please contact the eTenders Support Desk for technical assistance. Email etenders@eu-supply.com or Telephone: 353 (0) 21 243 92 77 (09:00am – 17:30pm GMT)
4) All queries regarding this tender requirement or process must be submitted through the Irish Government Procurement Opportunities Portal www.etenders.gov.ie (RFT ID:198995) as a specific question. Responses will be circulated to those tenderers that have registered an interest in this notice on www.etenders.gov.ie The details of the person making a query will not be disclosed when circulating the response
5) This is the sole call for competition for this contract.
6) The contracting authority will not be responsible for any costs, charges or expenses incurred by candidates or tenderers.
7) Contract award will be subject to the approval of the competent authorities.
8) It will be a condition of award that the successful tenderer is and remains tax compliant.
9) At its absolute discretion, the contracting authority may elect to terminate this procurement process at any time.
10) Please note in relation to all documents, that where reference is made to a particular standard, make, source, process, trademark, type or patent, that this is not to be regarded as a de facto requirement. In all such cases it should be understood that such indications are to be treated strictly and solely for reference purposes only, to which the words "or equivalent" will always be appended.
11) Without prejudice to the principle of equal treatment, the contracting authority is not obliged to engage in a clarification process in respect of the procurement documents with missing or incomplete information. Therefore, respondents are advised to ensure that they return completed documentation in order to avoid the risk of elimination from the competition.
VI.4)

Procedures for review

VI.4.1)

Review body

The High Court
Inns Quay
Dublin 7
IE

VI.4.3)

Review procedure

Precise information on deadline(s) for review procedures: 
The contract is covered by the application of the Remedies Directive and the relevant standstill period applied at time of notification.