II.1)
Scope of the procurement
Architectural Design Services at Dublin Port Multi Party Framework Agreement
71220000
-
Architectural design services
Services
II.1.4)
Short description
Dublin Port Company’s immediate requirement is to establish a Multi-Party Framework agreement for Architectural Services to assist in delivering their capital programme
It is anticipated that the Architect (“the Consultant”) will be part of the design team, who will be procured separately by DPC. The Architect will be required to provide all of the professional architectural services (including specialist skills listed below) as necessary to comply with DPC’s instructions and to ensure satisfactory completion of the projects under the Framework.
The Consultant will be required to provide services from Stage 1 Feasibility to Stage 5 Defects and Handover.
The projects envisaged under the Framework include public realm, heritage, interpretative, conservation, terminal up-grade and infrastructure, civic and office refurbishment within Dublin Port’s Estate.
II.1.5)
Estimated total value
Value excluding VAT: 12000000.00
EUR
II.1.6)
Information about lots
This contract is divided into lots:
no
II.2.2)
Additional CPV code(s)
71000000
-
Architectural, construction, engineering and inspection services
71200000
-
Architectural and related services
71210000
-
Advisory architectural services
71221000
-
Architectural services for buildings
71222000
-
Architectural services for outdoor areas
71223000
-
Architectural services for building extensions
71240000
-
Architectural, engineering and planning services
71250000
-
Architectural, engineering and surveying services
71251000
-
Architectural and building-surveying services
71400000
-
Urban planning and landscape architectural services
71420000
-
Landscape architectural services
II.2.3)
Place of performance
NUTS code:
IE061 -
Dublin
II.2.4)
Description of the procurement
Dublin Port Company’s immediate requirement is to establish a Multi-Party Framework agreement for Architectural Services to assist in delivering their capital programme
It is anticipated that the Architect (“the Consultant”) will be part of the design team, who will be procured separately by DPC. The Architect will be required to provide all of the professional architectural services (including specialist skills listed below) as necessary to comply with DPC’s instructions and to ensure satisfactory completion of the projects under the Framework.
The Consultant will be required to provide services from Stage 1 Feasibility to Stage 5 Defects and Handover.
The projects envisaged under the Framework include public realm, heritage, interpretative, conservation, terminal up-grade and infrastructure, civic and office refurbishment within Dublin Port’s Estate.
Only those Consultants that are capable of delivering all of the following specialist skills listed below, whether in house or as a grouping or consortium, will be considered:
- Conservation Architect Grade 1
- Landscape Architect
- PSDP Services
- BREEAM Consultant or equivalent
- LEED Consultant
- Assigned Certifier
- Design Certifier
- Fire Safety Consultant
- DAC Consultancy
- Masterplanning and urban design
- Interior architecture and design
- Interpretative planning & design
Applications concerning only one or only part of the skills/services are not acceptable and will be rejected.
Price is not the only award criterion and all criteria are stated only in the procurement documents
Value excluding VAT: 12000000.00
EUR
II.2.7)
Duration of the contract, framework agreement or dynamic purchasing system
Duration in months:
48
This contract is subject to renewal:
yes
Description of renewals:
The estimated duration of the Framework is four years. DPC reserves the option to extend the Framework period by a further two (2) years on no more than two occasions at any time before the expiry of the Framework Agreement by giving notice to the Operator.
To avoid any doubt, the term of a Call-Off Contract may extend beyond the expiry of the Framework Period.
II.2.9)
Information about the limits on the number of candidates to be invited
Envisaged number of candidates:
7
Objective criteria for choosing the limited number of candidates:
As set out in the procurement documentation available from www.etenders.gove.ie using RFT ID 204574
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 documentation, which contains full instructions regarding the submission of tenders and is available to download from www.etenders.gov.ie using RFT ID 204574