Contract notice

Information

Published

Date of dispatch of this notice: 29/05/2015

Expire date: 29/06/2015

External Reference: 2015-399392

TED Reference: 2015/S 105-191153

Contract notice

Contract notice

Classic Sector

Directive 2004/18/EC

Services

Section I: Contracting authority

I.1)

Name, addresses and contact point(s)

National Association Of Building Co-Operatives (NABCO)
CHY 6522
Co-Operative House, 33 Lower Baggot Street
Co.Dublin  Dublin 2
IE
For the attention of: Antoinette Towey
Telephone: +353 16612877
E-mail: admin@nabco.ie
Fax: +353 16614462
Internet address(es):
General address of the contracting authority: http://www.nabco.ie
Address of the buyer profile: http://irl.eu-supply.com/ctm/Supplier/CompanyInformation/Index/1268
Electronic access to information: http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=88704&B=ETENDERS_SIMPLE
Electronic submission of tenders and requests to participate: http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=88704&B=ETENDERS_SIMPLE
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for a dynamic purchasing system) can be obtained from:The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.2)

Type of the contracting authority

Body governed by public law
I.3)

Main activity

  • Housing and community amenities
I.4)

Contract award on behalf of other contracting authorities

The contracting authority is purchasing on behalf of other contracting authorities: no

Section II: Object of the contract

II.1)

Description

II.1.1)

Title attributed to the contract by the contracting authority:

Multiple Operator Framework Agreement for Integrated Design Team Services

II.1.2)

Type of contract and location of works, place of delivery or of performance

Services
    Category No12:  Architectural services; engineering services and integrated engineering services; urban planning and landscape engineering services; related scientific and technical consulting services; technical testing and analysis services
    Main site or location of works, place of delivery or of performance:

    Ireland

    NUTS code
    IRELAND
    II.1.3)

    Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)

    The notice involves the establishment of a framework agreement
    II.1.4)

    Information on framework agreement

    Framework agreement with several operators
    Number of participants to the framework agreement envisaged: 8
    Duration of the framework agreement
    Duration in years: 2
    Justification for a framework agreement, the duration of which exceeds four years: 
    Estimated total value of purchases for the entire duration of the framework agreement
    Frequency and value of the contracts to be awarded:

    Not known and dependant on funding

    II.1.5)

    Short description of the contract or purchase(s)

    Integrated design team services associated with the NABCO housing development and refurbishment programme. The design team services to be provided

    comprise the following principle services / disciplines and specialist services: Architect including Fire Safety Design and PSDP, Civil/Structural Engineer, Mechanical and Electrical Engineer, Quantity Surveyor.

    II.1.6)

    Common procurement vocabulary (CPV)

    Main vocabulary
    71200000   Architectural and related services
    Supplementary vocabulary
    71311000   Civil engineering consultancy services
    71324000   Quantity surveying services
    71334000   Mechanical and electrical engineering services
    71356000   Technical services
    II.1.7)

    Information about Government Procurement Agreement (GPA)

    The contract is covered by the Government Procurement Agreement (GPA):  no
    II.1.8)

    Lots

    This contract is divided into lots:  no
    II.1.9)

    Information about variants

    Variants will be accepted:  no
    II.2)

    Quantity or scope of the contract

    II.2.1)

    Total quantity or scope:

    Architect (including Fire Safety Design and PSDP), Civil / Structural Engineer, Quantity Surveyor and Mechanical & Electrical Engineer Design Team Services for NABCO housing development and refurbishment programme.

    II.2.2)

    Information about options

    Options: no
    II.2.3)

    Information about renewals

    This contract is subject to renewal: no
    II.3)

    Duration of the contract or time limit for completion

    Duration in months: 024 (from the award of the contract)

    Section III: Legal, economic, financial and technical information

    III.1)

    Conditions relating to the contract

    III.1.1)

    Deposits and guarantees required:

    No

    III.1.2)

    Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them

    In accordance with the conditions of contract to be entered into with the successful consultants

    III.1.3)

    Legal form to be taken by the group of economic operators to whom the contract is to be awarded:

    Applicants are not required to assume a particular legal form at this stage of the competition. Applications may be submitted from single entities or by groups. A group will not be required to convert into a specific legal form in order to submit a tender, but may be required to do so if successful and once it is to be awarded the contract. NABCO also reserves the right to contract with each member of the group or on the basis of joint and several liability.

    III.1.4)

    Other particular conditions

    The performance of the contract is subject to particular conditions: no
    III.2)

    Conditions for participation

    III.2.1)

    Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers

    Information and formalities necessary for evaluating if the requirements are met:

    Applicants are advised to refer to the Suitability Assessment Questionnaire.

    III.2.2)

    Economic and financial ability

    Information and formalities necessary for evaluating if the requirements are met:

    Applicants are advised to refer to the Suitability Assessment Questionnaire.

    Minimum level(s) of standards possibly required:

    Please refer to the Suitability Assessment Questionnaire for further requirements.

    III.2.3)

    Technical capacity

    Information and formalities necessary for evaluating if the requirements are met:

    Applicants are advised to refer to the Suitability Assessment Questionnaire.

    Minimum level(s) of standards possibly required:

    Applicants are advised to refer to the Suitability Assessment Questionnaire.

    III.3)

    Conditions specific to services contracts

    III.3.1)

    Information about a particular profession

    Execution of the service is reserved to a particular profession: no
    III.3.2)

    Staff responsible for the execution of the service

    Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no

    Section IV: Procedure

    IV.1)

    Type of procedure

    IV.1.1)

    Type of procedure

    Restricted
    IV.1.2)

    Limitations on the number of operators who will be invited to tender or to participate

    Envisaged number of operators:  10
    Objective criteria for choosing the limited number of candidates: 

    Please see the Suitability Assessment Questionnaire and the Project Information Memorandum (all available to download from www.etenders.gov.ie).

    IV.2)

    Award criteria

    IV.2.1)

    Award criteria

    The most economically advantageous tender in terms of , the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
    IV.2.2)

    Information about electronic auction

    An electronic auction will be used: no
    IV.3)

    Administrative information

    IV.3.2)

    Previous publication(s) concerning the same contract

    no
    IV.3.3)

    Conditions for obtaining specifications and additional documents or descriptive document

    Time limit for receipt of requests for documents or for accessing documents: 29.06.2015 - 00:00
    Payable documents: no
    IV.3.4)

    Time limit for receipt of tenders or requests to participate

    29.06.2015 - 12:00
    IV.3.5)

    Date of dispatch of invitations to tender or to participate to selected candidates

    27.07.2015
    IV.3.6)

    Language(s) in which tenders or requests to participate may be drawn up

    [Language_EN]

    Section VI: Complementary information

    VI.1)

    Information about recurrence

    This is a recurrent procurement: no
    VI.2)

    Information about European Union funds

    The contract is related to a project and/or programme financed by European Union funds: no
    VI.3)

    Additional information:

    (a) Candidates shall state if any of (and the reasons why) information supplied by them in response to this notice is confidential or commercially sensitive or should not be disclosed in respect of a request for information under the Freedom of Information Act 2014.

    (b) Any contract award is subject to production of a current tax clearance certificate from the Revenue Commissioners in Ireland.

    (c) All costs incurred by candidates in preparing submissions must be borne by them. The contracting authority accepts no liability for these costs, irrespective of the outcome of the competition, or if the competition is postponed or cancelled.

    (d) The contracting authority may terminate this competition (or any part thereof), change the basis of and the procedures for the bidding process, at any time, or procure the contract by alternative means if it appears that it can thereby be more advantageously procured. The most economically advantageous or any tender will not necessarily be accepted.

    (e) Candidates should note that this is a two stage selection process. Stage 1 involves Candidates submitting information required by this notice and the suitability assessment questionnaire attached to this notice to the stipulated address and by the stipulated time. For Stage 2 it is envisaged that a maximum of ten (10) suppliers will be invited to tender depending on the quality of the pre-qualification submissions received.

    (f) Applicants should be aware that this project will be executed using the Public Works Contract (Department of Finance).

    (g) All times set out in this contract notice are in local Irish time.

    (h) All monetary amounts shall be quoted in Euro.

    (i) For further information on the procedures governing the competition, candidates’ attention is drawn to the Suitability Assessment Questionnaire and the Project Information Memorandum.

    (j) Candidates must register their interest on the etenders / OJEC website (www.e-tenders.gov.ie or https://irl.eu-supply.com) in order to be included on the mailing list for correspondence in relation to the competition. Documents are available on line at www.e-tenders.gov.ie or https://irl.eu-supply.com.

    VI.4)

    Procedures for appeal

    VI.4.1)

    Body responsible for appeal procedures

    The High Court of Ireland
    High Court Central Office, Four Courts, Inns Quay
    Dublin
    IE
    E-mail: highcourtcentraloffice@courts.ie
    Internet address:
     

    Body responsible for mediation procedures

    VI.4.2)

    Lodging of appeals

    Precise information on deadline(s) for lodging appeals:

    Contained in Regulation 7 of the European Communities (Public Authorities’ Contracts) (Review Procedures) Regulations 2010 (SI No. 130 of 2010)

    VI.4.3)

    Service from which information about the lodging of appeals may be obtained

    The High Court of Ireland
    Court Central Office, Four Courts, Inns Quay
    Dublin
    IE
    E-mail: highcourtcentraloffice@courts.ie
    Internet address: