Contract notice

Information

Published

Date of dispatch of this notice: 03/06/2022

Expire date: 25/07/2022

External Reference: 2022-280140

TED Reference: 2022/S 109-308113

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Irish Heritage Trust
N/A
11 Parnell Square
Dublin
Dublin 1
IE
Contact person: John Donovan
Telephone: +353 12776999
NUTS code:  IE0 -  IRELAND
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=215729&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

An Architect led Single Point Design Team for Works at No. 11 Parnell Square, Dublin, D01 ND60
Reference number:  No. 11 Parnell Square
II.1.2)

Main CPV code

71220000  -  Architectural design services
II.1.3)

Type of contract

Services
II.1.4)

Short description

The Contracting Authority (The Irish Heritage Trust) intends to appoint an Architect led Single Point Design Team (SPDT) for refurbishment / alteration works at No. 11 Parnell Square, Dublin 1. The appointed single point design team will be required to provide consultancy services from project review of current design & planning permission, statutory approvals, detailed design, procurement, construction delivery and handover for the occupation in accordance with the enclosed Project Brief. The project will comprise: the careful conservation-led refurbishment of the building with the provision of universal access including the provision of a new lift to the rear elevation, and sensitive internal and external alterations. The project will be part of the Parnell Square cultural quarter in North Inner-City Dublin and will include office, café, shop, library and cultural hub accommodation.
II.1.5)

Estimated total value

Value excluding VAT: 3600000.00  EUR
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

45212350  -  Buildings of particular historical or architectural interest
71000000  -  Architectural, construction, engineering and inspection services
71200000  -  Architectural and related services
71221000  -  Architectural services for buildings
71223000  -  Architectural services for building extensions
71311000  -  Civil engineering consultancy services
71312000  -  Structural engineering consultancy services
71317100  -  Fire and explosion protection and control consultancy services
71317200  -  Health and safety services
71317210  -  Health and safety consultancy services
71321000  -  Engineering design services for mechanical and electrical installations for buildings
71334000  -  Mechanical and electrical engineering services
71420000  -  Landscape architectural services
75251110  -  Fire-prevention services
92522000  -  Preservation services of historical sites and buildings
92522200  -  Preservation services of historical buildings
II.2.3)

Place of performance

NUTS code:  IE061 -  Dublin
II.2.4)

Description of the procurement

The Contracting Authority (The Irish Heritage Trust) intends to appoint an Architect led Single Point Design Team (SPDT) for refurbishment / alteration works at No. 11 Parnell Square, Dublin 1. The appointed single point design team will be required to provide consultancy services from project review of current design & planning permission, statutory approvals, detailed design, procurement, construction delivery and handover for the occupation in accordance with the enclosed Project Brief. The project will comprise: the careful conservation-led refurbishment of the building with the provision of universal access including the provision of a new lift to the rear elevation, and sensitive internal and external alterations. The project will be part of the Parnell Square cultural quarter in North Inner-City Dublin and will include office, café, shop, library and cultural hub accommodation. The appointed SPDT will be required to liaise with stakeholders and building occupants as identified in the Brief. The SPDT consultants include: Architect (lead), Civil & Structural Engineer, Mechanical / Electrical & Plant Engineering, Fire Safety Consultant, Project Supervisor Design Process, Conservation Architect, Universal Design & Accessibility Consultant, Assigned Certifier, Designer Certifier, Landscape Architect and Archaeologist.
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: 3600000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 40
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: no
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: yes
Identification of the project: Urban Regeneration Development Fund

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 QC2 Suitability Assessment Questionnaire Parts 1 & 2 for relevant consultants. A declaration is required to confirm that none of the circumstances specified Article 57 of Directive 2014/24/EU (and Regulation 57 of SI No. 284 of 2016) or Article 80 of Directive 2014/25/EU (and Regulation 85 of SI No.286 of 2016) apply to the applicant.
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

As QC2 Suitability Assessment Questionnaire Parts 1 & 2, the Project Brief and Services Requirements.
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

Open 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:  18/07/2022
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 : 6  (from the date stated for receipt of tender)
IV.2.7)

Conditions for opening of tenders

Date:  18/07/2022
Local time:  12:00

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.3)

Additional information

All tenderers will be evaluated on the basis of the information submitted in response to this notice (All criteria have a minimum standard). The submission of the apparently successful tenderer may be validated prior to awarding the contract.
The contract will be awarded on the basis of most economically advantageous tender.
The scope of works requirements may be extended to include additional works of a similar nature at the discretion of the Contracting Authority.
It is a condition precedent to the award of the Contract that the successful Tenderer will provide a current tax clearance certificate or in the case of a non-resident Tenderer a statement of suitability on tax grounds from the Revenue Commissioners of Ireland.
VI.4)

Procedures for review

VI.4.1)

Review body

Irish Heritage Trust
11 Parnell Square
Dublin 1
IE