Contract notice

Information

Published

Date of dispatch of this notice: 22/07/2019

Expire date: 26/08/2019

External Reference: 2019-203142

TED Reference: 2019/S 143-352431

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Shannon Commercial Properties DAC
IE8D33317C
2nd Floor Arrivals Building
Co. Clare
Shannon Airport, Sha
IE
Contact person: Patricia Cassidy
Telephone: +353 61712113
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=151019&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

Body governed by public law
I.5)

Main activity

Other activity:  Property Solutions

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Shannon Commercial Enterprises DAC plans to engage the services of design consultants for Stages (i) Preliminary and Stage (ii) Design up to final grant of planning permission only on Bay 77 & 79
II.1.2)

Main CPV code

71200000  -  Architectural and related services
II.1.3)

Type of contract

Services
II.1.4)

Short description

Shannon Commercial Enterprises DAC strategy is for an employer-designed (traditional) project whereby the contracting authority will engage the services of design consultants for Stages (i) Preliminary and Stage (ii) Design up to final grant of planning permission only. Under this appointment the Consultant will design and gain planning approval for development of a c. 40,000 sq. ft. Advanced Technology Manufacturing Unit (ATMU) consisting c. 32,000 sq.ft. warehouse / manufacturing space and c. 8,000 sq.ft. office space over two floors at Bay 77 & 79 with associated provision for yard space, car parking and ancillary site development works. Also under this appointment the Consultant will design and gain fire safety certification and disability access certification required for this project.
II.1.5)

Estimated total value

Value excluding VAT: 220000.00  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
71220000  -  Architectural design services
71221000  -  Architectural services for buildings
71300000  -  Engineering services
71310000  -  Consultative engineering and construction services
71311000  -  Civil engineering consultancy services
71312000  -  Structural engineering consultancy services
71315000  -  Building services
71315210  -  Building services consultancy services
71320000  -  Engineering design services
71321000  -  Engineering design services for mechanical and electrical installations for buildings
71324000  -  Quantity surveying services
71333000  -  Mechanical engineering services
71334000  -  Mechanical and electrical engineering services
II.2.3)

Place of performance

Main site or place of performance:  
Shannon Airport, Shannon, Co Clare
II.2.4)

Description of the procurement

Shannon Commercial Enterprises DAC strategy is for an employer-designed (traditional) project whereby the contracting authority will engage the services of design consultants for Stages (i) Preliminary and Stage (ii) Design up to final grant of planning permission only. Under this appointment the Consultant will design and gain planning approval for development of a c. 40,000 sq. ft. Advanced Technology Manufacturing Unit (ATMU) consisting c. 32,000 sq.ft. warehouse / manufacturing space and c. 8,000 sq.ft. office space over two floors at Bay 77 & 79 with associated provision for yard space, car parking and ancillary site development works. Also under this appointment the Consultant will design and gain fire safety certification and disability access certification required for this project.
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: 220000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 10
This contract is subject to renewal: yes
Description of renewals:  
If not completed within 10 months
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

Please consult the associated tender documentation,
which contains full instructions regarding the
submission
of tenders in respect of this completition.

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 outlined in the RFT
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 outlined in the RFT documents
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 : no
IV.2)

Administrative information

IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  26/08/2019
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 : 4  (from the date stated for receipt of tender)
IV.2.7)

Conditions for opening of tenders

Date:  26/08/2019
Local time:  12:00

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

Office of Government Procurement
Dublin
IE