Contract award notice

Information

Published

Date of dispatch of this notice: 14/02/2022

External Reference: 2022-284452

TED Reference: 2022/S 035-090240

Contract award notice

Contract award notice

Results of the procurement procedure

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Galway Mayo Institute of Technology
N/A
Dublin Road
Galway
00000
IE
Contact person: Corinna Gavin
Telephone: +353 91742117
Fax: +353 91759706
NUTS code:  IE042 -  West
Internet address(es):
Main address: https://www.gmit.ie/

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

GMIT Multi Operator Framework Agreement Design Team Services 2021
Reference number:  GMIT Design Team Services 2021
II.1.2)

Main CPV code

71220000  -  Architectural design services
II.1.3)

Type of contract

Services
II.1.4)

Short description

Establishment of a number of Multi‐Party Framework Agreements for Architect Led Integrated Design Team Services or Individual Disciplines In 7 Lots as required using the Competitive Procedure with Negotiation.
II.1.6)

Information about lots

This contract is divided into lots: yes
II.1.7)

Total value of the procurement

Value excluding VAT:  7000000.00  EUR
II.2)

Description

II.2.1)

Title

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

Additional CPV code(s)

71250000  -  Architectural, engineering and surveying services
71251000  -  Architectural and building-surveying services
71000000  -  Architectural, construction, engineering and inspection services
71200000  -  Architectural and related services
71210000  -  Advisory architectural services
71220000  -  Architectural design services
71221000  -  Architectural services for buildings
71222000  -  Architectural services for outdoor areas
71223000  -  Architectural services for building extensions
71240000  -  Architectural, engineering and planning services
71400000  -  Urban planning and landscape architectural services
45211360  -  Urban development construction work
71410000  -  Urban planning services
71241000  -  Feasibility study, advisory service, analysis
71313000  -  Environmental engineering consultancy services
71313100  -  Noise-control consultancy services
71313200  -  Sound insulation and room acoustics consultancy services
71313400  -  Environmental impact assessment for construction
71314000  -  Energy and related services
71314300  -  Energy-efficiency consultancy services
71315000  -  Building services
71318000  -  Advisory and consultative engineering services
71340000  -  Integrated engineering services
71420000  -  Landscape architectural services
71600000  -  Technical testing, analysis and consultancy services
71317100  -  Fire and explosion protection and control consultancy services
71317200  -  Health and safety services
71317210  -  Health and safety consultancy services
71322300  -  Bridge-design services
71351914  -  Archaeological services
II.2.3)

Place of performance

NUTS code:  IE042 -  West
NUTS code:  IE04 -  Northern and Western
NUTS code:  IE0 -  IRELAND
Main site or place of performance:  
Galway and Mayo
II.2.4)

Description of the procurement

Lot 1: Architectural Design 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. Description of Service:
a) The Architect will be the design team leader (unless noted otherwise at mini-competition stage or cascade 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, Traffic, Transportation, Bridge Consultancy 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 securing, where practicable, of all statutory approvals as may be required including: (a) Disability Access Certificates; (b) Planning Certificates; and (c) Fire Certificates. The Institute will pay all Local Authority Fees & Contributions associated with obtaining required statutory approvals, and where asking the consultant to do so will re imburse the consultant accordingly
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 and Client.
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  A Statement of Design Approach & Proposed Methodology  /  Weighting:  35
Quality criterion  -  Name:  Effective Management  /  Weighting:  15
Quality criterion  -  Name:  Risks  /  Weighting:  5
Quality criterion  -  Name:  Resources  /  Weighting:  20
Quality criterion  -  Name:  Programme  /  Weighting:  5
Cost criterion  -  Name:  Ultimate Cost  /  Weighting:  20
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

Establishment of a number of Multi‐Party Framework Agreements For Architect Led Integrated Design Team Services or Individual Disciplines In 7 Lots As Required To Assist In The Delivery Of Refurbishment, Renovation, Upgrades Works, New Build, Re-Adaptive And Master Planning Works, And Capital Business Case Development - Using The Competitive Procedure With Negotiation.
II.2)

Description

II.2.1)

Title

Lot 2 Quantity Surveying Services including Specialist Skills MEQS
Lot No:  2
II.2.2)

Additional CPV code(s)

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

Place of performance

NUTS code:  IE042 -  West
NUTS code:  IE0 -  IRELAND
NUTS code:  IE -  IRELAND
Main site or place of performance:  
Galway and Mayo
II.2.4)

Description of the procurement

Quantity Surveying Services including Specialist Skills of Mechanical and Electrical Quantity Surveying Services (MEQS). Description of Service:
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 or Pricing Schedule 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

Criteria below
Quality criterion  -  Name:  A Statement of Design Approach & Proposed Methodology  /  Weighting:  35
Quality criterion  -  Name:  Effective Management  /  Weighting:  15
Quality criterion  -  Name:  Programme  /  Weighting:  5
Quality criterion  -  Name:  Risk  /  Weighting:  5
Quality criterion  -  Name:  Resources  /  Weighting:  20
Cost criterion  -  Name:  Ultimate Cost  /  Weighting:  20
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

Establishment of a number of Multi‐Party Framework Agreements For Architect Led Integrated Design Team Services or Individual Disciplines In 7 Lots As Required To Assist In The Delivery Of Refurbishment, Renovation, Upgrades Works, New Build, Re-Adaptive And Master Planning Works, And Capital Business Case Development - Using The Competitive Procedure With Negotiation.
II.2)

Description

II.2.1)

Title

Lot 3 Civil/Structural Engineering Services
Lot No:  3
II.2.2)

Additional CPV code(s)

71312000  -  Structural engineering consultancy services
71322000  -  Engineering design services for the construction of civil engineering works
71311000  -  Civil engineering consultancy services
71311100  -  Civil engineering support services
II.2.3)

Place of performance

NUTS code:  IE042 -  West
NUTS code:  IE0 -  IRELAND
NUTS code:  IE -  IRELAND
Main site or place of performance:  
Galway and Mayo
II.2.4)

Description of the procurement

Description of Service:
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 assistance, 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

Criteria below
Quality criterion  -  Name:  A Statement of Design Approach & Proposed Methodology  /  Weighting:  35
Quality criterion  -  Name:  Effective Management  /  Weighting:  15
Quality criterion  -  Name:  Programme  /  Weighting:  5
Quality criterion  -  Name:  Risk  /  Weighting:  5
Quality criterion  -  Name:  Resources  /  Weighting:  20
Cost criterion  -  Name:  Ultimate Cost  /  Weighting:  20
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

Establishment of a number of Multi‐Party Framework Agreements For Architect Led Integrated Design Team Services or Individual Disciplines In 7 Lots as required to assist in the delivery of Refurbishment, Renovation, Upgrades Works, New Build, Re-Adaptive And Master Planning Works, And Capital Business Case Development - Using The Competitive Procedure With Negotiation.
II.2)

Description

II.2.1)

Title

Lot 4 M&E Services Engineering Services
Lot No:  4
II.2.2)

Additional CPV code(s)

71333000  -  Mechanical engineering services
71334000  -  Mechanical and electrical engineering services
II.2.3)

Place of performance

NUTS code:  IE042 -  West
NUTS code:  IE0 -  IRELAND
NUTS code:  IE -  IRELAND
Main site or place of performance:  
Galway and Mayo
II.2.4)

Description of the procurement

Description of Service:
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

Criteria below
Quality criterion  -  Name:  A Statement of Design Approach & Proposed Methodology  /  Weighting:  35
Quality criterion  -  Name:  Effective Management  /  Weighting:  15
Quality criterion  -  Name:  Programme  /  Weighting:  5
Quality criterion  -  Name:  Risks  /  Weighting:  5
Quality criterion  -  Name:  Resources  /  Weighting:  20
Cost criterion  -  Name:  Ultimate Cost  /  Weighting:  20
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

Establishment of a number of Multi‐Party Framework Agreements For Architect Led Integrated Design Team Services or Individual Disciplines In 7 Lots As Required To Assist In The Delivery Of Refurbishment, Renovation, Upgrades Works, New Build, Re-Adaptive And Master Planning Works, And Capital Business Case Development - Using The Competitive Procedure With Negotiation.
II.2)

Description

II.2.1)

Title

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

Additional CPV code(s)

71317200  -  Health and safety services
II.2.3)

Place of performance

NUTS code:  IE042 -  West
NUTS code:  IE04 -  Northern and Western
NUTS code:  IE0 -  IRELAND
NUTS code:  IE -  IRELAND
Main site or place of performance:  
Galway and Mayo
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.
ii. Assessment of Works Contractors in conjunction with other members of the design team and Estates Office with reference to competency to act as Project Supervisor Construction Stage.
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Methodology  /  Weighting:  35
Quality criterion  -  Name:  Programme  /  Weighting:  10
Quality criterion  -  Name:  Risks  /  Weighting:  10
Quality criterion  -  Name:  Resources  /  Weighting:  25
Cost criterion  -  Name:  Ultimate Cost  /  Weighting:  20
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

Establishment of a number of Multi‐Party Framework Agreements For Architect Led Integrated Design Team Services or Individual Disciplines In 7 Lots As Required To Assist In The Delivery Of Refurbishment, Renovation, Upgrades Works, New Build, Re-Adaptive And Master Planning Works, And Capital Business Case Development - Using The Competitive Procedure With Negotiation.

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Competitive procedure with negotiation
IV.1.3)

Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement
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.2.1)

Previous publication concerning this procedure

Notice number in the OJ S: 2021/S 055-138130

Section V: Award of contract

Contract No: 1

Title: Lot 1 Architectural Design Services including Specialist Skills

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

25/01/2022
V.2.2)

Information about tenders

Number of tenders received:  5
Number of tenders received from SMEs:  5
Number of tenders received from tenderers from other EU Member States:  1
Number of tenders received by electronic means:  5
The contract has been awarded to a group of economic operators :  yes
V.2.3)

Name and address of the contractor

Taylor McCarney Architects
268948
Breaffy Road, Castlebar, Co Mayo
Castlebar
IE
Telephone: +353 949021988
NUTS code:  IE042 -  West

The contractor is an SME : yes
VHA (Architecture, Planning & Conservation Services)
354495
Abbey Street, Sligo
Sligo
IE
Telephone: +353 91483934
E-mail: info@vha.ie
NUTS code:  IE04 -  Northern and Western
Internet address: https://vha.ie/

The contractor is an SME : yes
Hamilton Architects
Hamilton House 3 Joy Street
Belfast
BT2 8LE
UK
Telephone: +44 02890334250
NUTS code:  UKN06 -  Belfast

The contractor is an SME : yes
V.2.4)

Information on value of the contract/lot (excluding VAT)

Initial estimated total value of the contract/lot:  2000000.00  EUR
Total value of the contract/lot:  2000000.00  EUR

Section V: Award of contract

Contract No: 2

Title: Lot 2 Quantity Surveying Services including Specialist Skills MEQS

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

26/01/2022
V.2.2)

Information about tenders

Number of tenders received:  4
Number of tenders received from SMEs:  4
Number of tenders received by electronic means:  4
The contract has been awarded to a group of economic operators :  yes
V.2.3)

Name and address of the contractor

Duke McCaffrey Consulting Limited
573180
24 Baggot Street Lower,
Dublin 2
D02 EW26
IE
Telephone: +353 015677300
NUTS code:  IE061 -  Dublin
Internet address: https://dukemccaffrey.ie/

The contractor is an SME : yes
Patrick J. Tobin & Co. Ltd. T/A TOBIN Consulting Engineers
42654
Fairgreen House, Fairgreen Road
Galway
IE
Telephone: +353 91565211
NUTS code:  IE042 -  West

The contractor is an SME : yes
James Sammon & Company (Ireland) Ltd t/a SAMMON
Bogay, Letterkenny. Co Donegal
Donegal
F92 E1WN
IE
Telephone: +44 04871271323
NUTS code:  IE041 -  Border
Internet address: https://www.sammon.eu/

The contractor is an SME : yes
V.2.4)

Information on value of the contract/lot (excluding VAT)

Initial estimated total value of the contract/lot:  500000.00  EUR
Total value of the contract/lot:  500000.00  EUR

Section V: Award of contract

Contract No: 3

Title: Lot 3 Civil/Structural Engineering Services

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

25/01/2022
V.2.2)

Information about tenders

Number of tenders received:  3
Number of tenders received from SMEs:  3
Number of tenders received from tenderers from other EU Member States:  0
Number of tenders received from tenderers from non-EU Member States:  0
Number of tenders received by electronic means:  3
The contract has been awarded to a group of economic operators :  yes
V.2.3)

Name and address of the contractor

Patrick J. Tobin & Co. Ltd. T/A TOBIN Consulting Engineers
Fairgreen House, Fairgreen Road, Galway
Galway
IE
Telephone: +353 91565211
NUTS code:  IE042 -  West

The contractor is an SME : yes
Malachy Walsh and Partners
133445
Park House, Mahon, Bessboro Road, Blackrock, Cork
Cork
T12X251
IE
Telephone: +353 214536400
E-mail: info@mwp.ie
NUTS code:  IE05 -  Southern
Internet address: https://www.mwp.ie

The contractor is an SME : yes
CHH Consulting Engineers
Innishfree House, 44/45 High Street Co Sligo
Sligo
IE
Telephone: +353 719161844
E-mail: info@chh.ie
NUTS code:  IE04 -  Northern and Western
Internet address: https://chh.ie

The contractor is an SME : yes
V.2.4)

Information on value of the contract/lot (excluding VAT)

Initial estimated total value of the contract/lot:  500000.00  EUR
Total value of the contract/lot:  500000.00  EUR

Section V: Award of contract

Contract No: 4

Title: Lot 4 M&E Services Engineering Services

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

25/01/2022
V.2.2)

Information about tenders

Number of tenders received:  3
Number of tenders received from SMEs:  3
Number of tenders received from tenderers from other EU Member States:  0
Number of tenders received from tenderers from non-EU Member States:  1
Number of tenders received by electronic means:  3
The contract has been awarded to a group of economic operators :  yes
V.2.3)

Name and address of the contractor

IN2 Engineering Design Partnership
Unit E&F Mount Pleasant Business Centre Upper Mount Pleasant Avenue Dublin D06 N5P8
Dublin
D06 N5P8
IE
Telephone: +353 014960900
E-mail: info@in2.ie
NUTS code:  IE061 -  Dublin
Internet address: https://in2.ie/

The contractor is an SME : yes
Delap & Waller Limited
NI 21174
12 Antrim Technology Park Belfast Road, Antrim
Antrim
NI 21174
UK
Telephone: +353 015355900
NUTS code:  UKN06 -  Belfast

The contractor is an SME : yes
Bennett Freehill LLP
NC001638
380C Belmont Road, Belfast,
Belfast
BT4 2NF
UK
Telephone: +44 2890760050
NUTS code:  UKN06 -  Belfast

The contractor is an SME : yes
V.2.4)

Information on value of the contract/lot (excluding VAT)

Initial estimated total value of the contract/lot:  500000.00  EUR
Total value of the contract/lot:  500000.00  EUR

Section V: Award of contract

Contract No: 5

Title: Lot 5 Project Supervisor Design Process (PSDP) Services

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

07/12/2021
V.2.2)

Information about tenders

Number of tenders received:  1
Number of tenders received from SMEs:  1
Number of tenders received by electronic means:  1
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

Patrick J. Tobin & Co. Ltd. T/A TOBIN Consulting Engineers
42654
Fairgreen House, Fairgreen Road
Galway
IE
Telephone: +353 91565211
NUTS code:  IE042 -  West

The contractor is an SME : yes
V.2.4)

Information on value of the contract/lot (excluding VAT)

Initial estimated total value of the contract/lot:  500000.00  EUR
Total value of the contract/lot:  500000.00  EUR

Section V: Award of contract

Contract No: 6

Title: Lot 6 Project Management

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

08/02/2022
V.2.2)

Information about tenders

Number of tenders received:  4
Number of tenders received from SMEs:  4
Number of tenders received from tenderers from other EU Member States:  0
Number of tenders received from tenderers from non-EU Member States:  0
Number of tenders received by electronic means:  4
The contract has been awarded to a group of economic operators :  yes
V.2.3)

Name and address of the contractor

MKO McCarthy Keville O'Sullivan Limited
462657
Tuam Road, Galway
Galway
IE
Telephone: +353 91735611
NUTS code:  IE042 -  West
Internet address: https://mkoireland.ie/

The contractor is an SME : yes
Rogerson Reddan & Associates Ltd.
78 Haddington Road, Dublin 4
Dublin
4
IE
Telephone: +353 016609155
NUTS code:  IE061 -  Dublin
Internet address: http://www.rra.ie

The contractor is an SME : yes
Cogent Project & Cost Management Limited t/a Cogent Associates
303322
Hyde House, 65 Adelaide Road
Dublin
D02 N446
IE
Telephone: +353 016344850
NUTS code:  IE061 -  Dublin

The contractor is an SME : yes
V.2.4)

Information on value of the contract/lot (excluding VAT)

Initial estimated total value of the contract/lot:  1000000.00  EUR
Total value of the contract/lot:  1000000.00  EUR

Section V: Award of contract

Contract No: 7

Title: Lot 7 Architect Led Integrated Design Team

A contract/lot is awarded: no
V.1)

Information on non-award

The contract/lot is not awarded
No tenders or requests to participate were received or all were rejected

Section VI: Complementary information

VI.3)

Additional information

It is anticipated that Lot 7 will be re-advertised under a separate competition.
VI.4)

Procedures for review

VI.4.1)

Review body

High Court
Four Courts
Dublin
IE
Telephone: +353 18886000
Internet address: www.courts.ie

VI.4.3)

Review procedure

Precise information on deadline(s) for review procedures: 
Please refer to your solicitor