Contract notice

Information

Published

Date of dispatch of this notice: 25/06/2020

Expire date: 31/07/2020

External Reference: 2020-288073

TED Reference: 2020/S 124-303973

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Office of Public Works (OPW)
N/A
Jonathan Swift Street
Trim
Co. Meath, C15 NX36
IE
Contact person: Sean Moylan
Telephone: +353 16476322
Internet address(es):
Main address: http://www.opw.ie

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=169113&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

Other type:  The OPW is an operational arm of Government established to carry out a wide variety of public works.
I.5)

Main activity

Other activity:  The OPW is an operational arm of Government established to carry out a wide variety of public works.

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Framework Agreement for the Procurement of Services of Grade 1 Conservation Architects.
Reference number:  G.20.001
II.1.2)

Main CPV code

71200000  -  Architectural and related services
II.1.3)

Type of contract

Services
II.1.4)

Short description

Framework Agreement for the Procurement of Services of Grade 1 Conservation Architects.
II.1.5)

Estimated total value

Value excluding VAT: 10000000.00  EUR
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

71210000  -  Advisory architectural services
71220000  -  Architectural design services
II.2.3)

Place of performance

Main site or place of performance:  
Ireland
II.2.4)

Description of the procurement

Services will be in relation to emergency, reactive, planned maintenance works to Protected Structures and Recorded and National Monuments, minor capital works (ranging from a minor to intermediate in scale), works to existing buildings and sites. Some works will be undertaken in live buildings, leading to multi-phased projects, which are management intensive
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: 10000000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24
This contract is subject to renewal: yes
Description of renewals:  
The framework will be established for 2 years, with the Contracting Authority reserving the right to extend the framework for a period or periods of up to one year thereafter, with a maximum of two such extensions. The duration of the framework will not exceed 4 years.
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:  Provide evidence of registration to practice as an architect in Ireland, i.e. be listed on the Register of Architects maintained by the Royal Institute of Architects in Ireland (www.riai.ie). At least one registration number must be provided. If a tenderer's main commercial interest is outside of Ireland and he/she is eligible to operate as an architect in his/her own country, S.I. 8 of 2017: European Union (Recognition of Professional Qualifications) Regulations 2017 affords him/her automatic rights for inclusion on the relevant professional register in Ireland. In this case, he/she would have to apply to the RIAI requesting temporary recognition and evidence of this recognition must be provided.
AND
Provide details of Registration with the Royal Institute of the Architects of Ireland as a Conservation Architect accredited at Grade 1 or equivalent for at least one of the staff members providing the service.
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:  
Provide evidence of registration to practice as an architect in Ireland, i.e. be listed on the Register of Architects maintained by the Royal Institute of Architects in Ireland (www.riai.ie). At least one registration number must be provided. If a tenderer's main commercial interest is outside of Ireland and he/she is eligible to operate as an architect in his/her own country, S.I. 8 of 2017: European Union (Recognition of Professional Qualifications) Regulations 2017 affords him/her automatic rights for inclusion on the relevant professional register in Ireland. In this case, he/she would have to apply to the RIAI requesting temporary recognition and evidence of this recognition must be provided.
AND
Provide details of Registration with the Royal Institute of the Architects of Ireland as a Conservation Architect accredited at Grade 1 or equivalent for at least one of the staff members providing the service.
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.1.3)

Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement:  12
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:  31/07/2020
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 : 24  (from the date stated for receipt of tender)
IV.2.7)

Conditions for opening of tenders

Date:  31/07/2020
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

High Court
Four Courts Inns Quay
Dublin
IE