Contract notice

Information

Published

Date of dispatch of this notice: 23/12/2014

Expire date: 10/02/2015

External Reference: 2014-252834

TED Reference: 2014/S 249-442383

Contract notice

Cached Version

Contract notice

Classic Sector

Directive 2004/18/EC

Services

Section I: Contracting authority

I.1)

Name, addresses and contact point(s)

Grangegorman Development Agency
9656739V
Grangegorman Lower
Dublin   Dublin 7
IE
For the attention of: Procurement Division
Telephone: +353 14024140
E-mail: procurement@ggda.ie
Internet address(es):
General address of the contracting authority: http://www.ggda.ie
Address of the buyer profile: http://irl.eu-supply.com/ctm/Supplier/CompanyInformation/Index/564
Electronic access to information: http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=83681&B=ETENDERS_SIMPLE
Electronic submission of tenders and requests to participate: http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=83681&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

  • Education
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:

Multi-Party Framework Agreement for Architect Led Integrated Design Teams

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:

    Dublin 7

    NUTS code
    Dublin
    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: 5
    Duration of the framework agreement
    Duration in years: 4
    Estimated total value of purchases for the entire duration of the framework agreement
    Estimated cost excluding VAT
    Range: between  5000000  and 30000000  EUR
    Frequency and value of the contracts to be awarded:

    As required

    II.1.5)

    Short description of the contract or purchase(s)

    Grangegorman Development Agency wishes to establish a Multi-Party Framework

    Agreement for architect led integrated design teams to provide design and advisory services for an initial and additional call-off contracts for the development of Student Residences and related projects at Grangegorman.

    The duration of the framework agreement is four years. For the avoidance of

    doubt Call-Off Contracts may extend beyond the life of the Framework

    Agreement.

    The initial contract under the Framework is intended to constitute development of

    approximately 700 bedspaces of student accommodation (otherwise known as

    Phase 1). There may be up to two further phases of student accommodation of

    approximately 900 bedspaces and 500 bedspaces, known as Phase 2 and Phase

    3 respectively.

    Full documentation and all communication regarding the process will be via www.etenders.gov.ie only reference System/RFT ID 91084.

    II.1.6)

    Common procurement vocabulary (CPV)

    71200000   Architectural and related services
    71311000   Civil engineering consultancy services
    71311100   Civil engineering support services
    71312000   Structural engineering consultancy services
    71313000   Environmental engineering consultancy services
    71333000   Mechanical engineering services
    71334000   Mechanical and electrical engineering services
    71321000   Engineering design services for mechanical and electrical installations for buildings
    71324000   Quantity surveying services
    71541000   Construction project management services
    II.1.7)

    Information about Government Procurement Agreement (GPA)

    The contract is covered by the Government Procurement Agreement (GPA):  yes
    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:

    The integrated design team services relate to an initial contract for 700 bedspaces at Grangegorman, with possible additional contracts under the framework for further phases of 900 and 500 additional bedspaces.

    Estimated cost excluding VAT
    Range: between  5000000  and 30000000  EUR
    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: 048 (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:

    Not applicable

    III.1.2)

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

    To be agreed with the successful framework members.

    III.1.3)

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

    If the Applicant is a consortium or grouping of members, the Applicant must specify the commercial and legal relationship amongst its members and any agreements giving effect to same. GDA reserves the right to request copies of any such agreements.

    GDA reserves the right, at its absolute discretion, to require the Lead Firm to contract:

    (i) on the basis of joint and several liability with each member of the Applicant executing the contract;

    (ii) with a particular single member of the Applicant as the prime contractor, with the other members providing collateral warranties and/or guarantees; or

    (iii) as an incorporated or unincorporated special purpose vehicle, with collateral warranties and/or guarantees from the members of the Applicant.

    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:

    Please refer to the Project Information Memorandum and the Suitability Assessment Questionnaire available to download from www.etenders.gov.ie using System / RFT ID 91084.

    III.2.2)

    Economic and financial ability

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

    Please refer to the Project Information Memorandum and the Suitability Assessment Questionnaire available to download from www.etenders.gov.ie using System / RFT ID 91084.

    Minimum level(s) of standards possibly required:
    III.2.3)

    Technical capacity

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

    Please refer to the Project Information Memorandum and the Suitability Assessment Questionnaire available to download from www.etenders.gov.ie using System / RFT ID 91084.

    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: yes

    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:  8
    Objective criteria for choosing the limited number of candidates: 

    Applications received will be assessed on the basis of the rules, criteria and weightings set out in the Suitability Assessment Questionnaire. It is envisaged that the top 8 scoring Applicants (subject to the quality and number of applications received) which also meet the minimum criteria and rules for selection set out in the Suitability Assessment Questionnaire will be invited to tender.

    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

    Payable documents: no
    IV.3.4)

    Time limit for receipt of tenders or requests to participate

    27.01.2015 - 12:00
    IV.3.6)

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

    EN,GA

    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: yes
    Reference to project(s) and/or programme(s):

    At this point in time we are not aware of any EU funds, however this may arise for certain projects in the future.

    VI.3)

    Additional information:

    Interested parties must register their interest on the eTenders web site (www.etenders.gov.ie) in order to be included on the mailing list for clarifications. All information relating to attachments, including clarifications and changes, will be published on the Irish Government Procurement Opportunities Portal (www.etenders.gov.ie) only. Registration is free of charge. The contracting authority will not accept responsibility for information relayed (or not relayed) via third parties.

    Please note this is the sole call for competition for these services.

    The contracting authority will not be responsible for any costs, charges or expenses incurred by candidates or tenderers.

    Framework Agreement and any Contract awards will be subject to the approval of all the relevant competent authorities.

    It will be a condition of award that candidates are tax compliant and are in a position to produce a valid tax clearance certificate from the Revenue Commissioners when requested.

    If for any reason it is not possible to admit to the framework agreement one or more of the tenderers invited following the conclusion of this competitive process, the contracting authority reserves the right to invite the next highest scoring tenderer to join the framework agreement as appropriate.

    At its absolute discretion, the contracting authority may elect to terminate this procurement process, the framework agreement or any contract awarded under the framework agreement at any time.

    Without prejudice to the principle of equal treatment, the contracting authority is not obliged to engage in a clarification process in respect of questionnaires with missing or incomplete information. Therefore, candidates are advised to ensure that they return FULLY COMPLETED questionnaires in order to avoid the risk of elimination from the competition.

    Full documentation and all communication regarding the process will be via www.etenders.gov.ie only reference System/RFT ID 91084.

    VI.4)

    Procedures for appeal

    VI.4.1)

    Body responsible for appeal procedures

    The High Court
    Four Courts, Inns Quay
    7  Dublin
    IE
    Internet address: http://www.courts.ie
     

    Body responsible for mediation procedures

    VI.4.2)

    Lodging of appeals

    Precise information on deadline(s) for lodging appeals:

    Please refer to the relevant Irish Statutory Instruments(SI 130 of 2010 and SI 420 of 2010) available at www.irishstatutebook.ie

    VI.4.3)

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

    Consult a legal advisor
    Internet address: