Contract notice

Information

Published

Date of dispatch of this notice: 21/12/2017

Expire date: 07/02/2018

External Reference: 2017-344149

TED Reference: 2017/S 247-519206

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: Georgina Keeley
Telephone: +353 469426259
E-mail: psu@opw.ie
NUTS code:  IE0 -  IRELAND
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=122630&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

Ministry or any other national or federal authority, including their regional or local subdivisions
I.5)

Main activity

General public services

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Framework for Architectural Services (including PSDP, Assigned Certifier & Design Certifier) for projects with an estimated construction cost of €2 million or less (ex. VAT)
Reference number:  FR AS <2M
II.1.2)

Main CPV code

71200000  -  Architectural and related services
II.1.3)

Type of contract

Services
II.1.4)

Short description

The OPW, as the Contracting Authority, proposes to establish and operate a multi-party Framework for Architectural Services, including PSDP, Assigned Certifier & Design Certifier for projects with an estimated construction cost of €2 million or less (ex. VAT).
Framework participants will be required to provide Architectural Services, including PSDP, Assigned Certifier & Design Certifier for Stages (i) to (v) of the COE 1 - Standard Conditions of Engagement for Consultancy Services (Technical) as updated from time to time and available to download from www.constructionprocurement.gov.ie. The stages are described in detail in the Scope of Services document.
This framework will be for the use of the Office of Public Works only.
II.1.5)

Estimated total value

Value excluding VAT: 6000000.00  EUR
II.1.6)

Information about lots

This contract is divided into lots: yes
Tenders may be submitted for  all lots
Maximum number of lots that may be awarded to one tenderer:  1
II.2)

Description

II.2.1)

Title

Dublin City and County
Lot No:  1
II.2.2)

Additional CPV code(s)

71220000  -  Architectural design services
71221000  -  Architectural services for buildings
71223000  -  Architectural services for building extensions
II.2.3)

Place of performance

NUTS code:  IE061 -  Dublin
Main site or place of performance:  
Dublin City and County
II.2.4)

Description of the procurement

Framework participants will be required to provide Architectural Services, including PSDP, Assigned Certifier & Design Certifier for Stages (i) to (v) of the COE 1 - Standard Conditions of Engagement for Consultancy Services (Technical) as updated from time to time and available to download from www.constructionprocurement.gov.ie. The stages are described in detail in the Scope of Services document.
This lot applies to various locations in Dublin City and County. The number of participants in each lot will be 15, assuming a sufficient number of suitable Tenderers apply for each lot.
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
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 two (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 four (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
II.2)

Description

II.2.1)

Title

Carlow, Kildare, Kilkenny, Laois, Louth, Meath, Offaly, Westmeath, Wexford & Wicklow
Lot No:  2
II.2.2)

Additional CPV code(s)

71220000  -  Architectural design services
71221000  -  Architectural services for buildings
71223000  -  Architectural services for building extensions
II.2.3)

Place of performance

NUTS code:  IE0 -  IRELAND
Main site or place of performance:  
Carlow, Kildare, Kilkenny, Laois, Louth, Meath, Offaly, Westmeath, Wexford & Wicklow
II.2.4)

Description of the procurement

Framework participants will be required to provide Architectural Services, including PSDP, Assigned Certifier & Design Certifier for Stages (i) to (v) of the COE 1 - Standard Conditions of Engagement for Consultancy Services (Technical) as updated from time to time and available to download from www.constructionprocurement.gov.ie. The stages are described in detail in the Scope of Services document.
This lot applies to various locations in Carlow, Kildare, Kilkenny, Laois, Louth, Meath, Offaly, Westmeath, Wexford & Wicklow. The number of participants in each lot will be 15, assuming a sufficient number of suitable Tenderers apply for each lot.
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
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 two (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 four (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
II.2)

Description

II.2.1)

Title

Cavan, Donegal, Galway, Leitrim, Longford, Mayo, Monaghan, Roscommon & Sligo
Lot No:  3
II.2.2)

Additional CPV code(s)

71220000  -  Architectural design services
71221000  -  Architectural services for buildings
71223000  -  Architectural services for building extensions
II.2.3)

Place of performance

NUTS code:  IE0 -  IRELAND
Main site or place of performance:  
Cavan, Donegal, Galway, Leitrim, Longford, Mayo, Monaghan, Roscommon & Sligo
II.2.4)

Description of the procurement

Framework participants will be required to provide Architectural Services, including PSDP, Assigned Certifier & Design Certifier for Stages (i) to (v) of the COE 1 - Standard Conditions of Engagement for Consultancy Services (Technical) as updated from time to time and available to download from www.constructionprocurement.gov.ie. The stages are described in detail in the Scope of Services document.
This lot applies to various locations in Cavan, Donegal, Galway, Leitrim, Longford, Mayo, Monaghan, Roscommon & Sligo. The number of participants in each lot will be 15, assuming a sufficient number of suitable Tenderers apply for each lot.
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
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 two (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 four (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
II.2)

Description

II.2.1)

Title

Clare, Cork, Kerry, Limerick, Tipperary & Waterford
Lot No:  4
II.2.2)

Additional CPV code(s)

71220000  -  Architectural design services
71221000  -  Architectural services for buildings
71223000  -  Architectural services for building extensions
II.2.3)

Place of performance

NUTS code:  IE0 -  IRELAND
Main site or place of performance:  
Clare, Cork, Kerry, Limerick, Tipperary & Waterford
II.2.4)

Description of the procurement

Framework participants will be required to provide Architectural Services, including PSDP, Assigned Certifier & Design Certifier for Stages (i) to (v) of the COE 1 - Standard Conditions of Engagement for Consultancy Services (Technical) as updated from time to time and available to download from www.constructionprocurement.gov.ie. The stages are described in detail in the Scope of Services document.
This lot applies to various locations in Clare, Cork, Kerry, Limerick, Tipperary & Waterford. The number of participants in each lot will be 15, assuming a sufficient number of suitable Tenderers apply for each lot.
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
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 two (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 four (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.1.2)

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.
III.2.2)

Contract performance conditions

Refer to the procurement 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.1.3)

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:  60
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:  07/02/2018
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 : 6  (from the date stated for receipt of tender)
IV.2.7)

Conditions for opening of tenders

Date:  08/02/2018
Local time:  12:00
Place:  
Same as the above mentioned address

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.2)

Information about electronic workflows

Electronic invoicing will be accepted
Electronic payment will be used
VI.4)

Procedures for review

VI.4.1)

Review body

The High Court
Four Courts, Inns Quay
Dublin 7
IE