Contract notice

Information

Published

Date of dispatch of this notice: 09/08/2022

Expire date: 19/09/2022

External Reference: 2022-272827

TED Reference: 2022/S 155-443087

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Department of Foreign Affairs/An Roinn Gnóthaí Eachtracha
N/A
80 St Stephen's Green
Dublin
Dublin
IE
Contact person: Richard Cummins
Telephone: +353 014082000
NUTS code:  IE -  IRELAND
Internet address(es):
Main address: http://www.dfa.ie

I.2)

Joint procurement

The contract is awarded by a central purchasing body
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=220786&B=ETENDERS_SIMPLE
Additional information can be obtained from
the abovementioned address:  
Tenders or requests to participate must be submitted
to the abovementioned address
I.4)

Type of the contracting authority

Ministry or any other national or federal authority, including their regional or local subdivisions
I.5)

Main activity

General public services

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Request for Tenders for Project Management / QS led Design Team to include: Architect, Mechanical & Electrical Engineer and Fire Engineer For Fit – out of the Embassy of Ireland Singapore
II.1.2)

Main CPV code

71541000  -  Construction project management services
II.1.3)

Type of contract

Services
II.1.4)

Short description

The Government of Ireland currently has an Embassy in Singapore located on Floor 8 Liat Towers, No.541 Orchard Road, Singapore. The Embassy now intends to co-locate with state other agencies to a larger location within the Central Business District to form a New Ireland House office.
A Project Management led design team is required to assist the Embassy with the procurement of a building contractor and the design delivery of a completed office space.
An ‘Ireland House’ is a Consulate or Embassy that co-locates with other state agencies or North/South bodies and presents a uniform and coherent brand for Ireland abroad, building on the Team Ireland concept of shared services and facilities, and collaborative working practices. For the purposes of this tender, the Embassy of Ireland Singapore will be the client.
II.1.5)

Estimated total value

Value excluding VAT: 200000.00  EUR
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

71000000  -  Architectural, construction, engineering and inspection services
71200000  -  Architectural and related services
71500000  -  Construction-related services
71520000  -  Construction supervision services
71530000  -  Construction consultancy services
71540000  -  Construction management services
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
Main site or place of performance:  
Singapore
II.2.4)

Description of the procurement

The Government of Ireland currently has an Embassy in Singapore located on Floor 8 Liat Towers, No.541 Orchard Road, Singapore. The Embassy now intends to co-locate with state other agencies to a larger location within the Central Business District to form a New Ireland House office.
A Project Management led design team is required to assist the Embassy with the procurement of a building contractor and the design delivery of a completed office space.
An ‘Ireland House’ is a Consulate or Embassy that co-locates with other state agencies or North/South bodies and presents a uniform and coherent brand for Ireland abroad, building on the Team Ireland concept of shared services and facilities, and collaborative working practices. For the purposes of this tender, the Embassy of Ireland Singapore will be the client.
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: 26
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: 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:  Demonstration of the following minimum qualification criteria will be required:
Designated Lead Project Manager /QS
• Bachelor’s Degree in Building Related Profession.
• Membership of a recognised Professional Institute relevant to their related Profession – MRICS for QS.
• At least 10 years post Professional Qualification Experience
Designated Project Architect:
• Bachelor’s Degree in Architecture.
• The project Architect must be registered (RIAI, or RIBA or equivalent).
• At least 10 years post Professional Qualification Experience.
Designated Mechanical and Electrical Engineer:
• Bachelor’s Degree in Mechanical & Electrical Engineering.
• Membership of a recognised Professional Institute relevant to their related Profession.
• At least 10 years post Professional Qualification Experience.
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

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:  19/09/2022
Local time:  10:00
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:  19/09/2022
Local time:  10:00

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.4)

Procedures for review

VI.4.1)

Review body

The High Court
Four Courts
Dublin
7
IE