Contract notice

Information

Published

Date of dispatch of this notice: 17/06/2019

Expire date: 02/07/2019

External Reference: 2019-261063

TED Reference: 2019/S 116-284946

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Trinity College Dublin, the University of Dublin
2200007u
College Green
Dublin 2
Co. Dublin
IE
Contact person: Aiden O'Neill
Telephone: +353 18968222
Internet address(es):
Main address: http://www.tcd.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=144766&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

Body governed by public law
I.5)

Main activity

Education

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Multiple Supplier Framework for Supply and Installation of Wayfinding and Signage
Reference number:  TCD-19-32
II.1.2)

Main CPV code

34992000  -  Signs and illuminated signs
II.1.3)

Type of contract

Services
II.1.4)

Short description

Trinity College Dublin, the University of Dublin intends to establish a framework of suitably qualified contractors to service the University's signage and wayfinding supply & installation requirements over the next four (4) years. The contractors who are deemed to have submitted the top five (5) ranked most economically advantageous (MEAT) tenders will be admitted to the Framework. The signage and wayfinding specifications and requirements for Trinity Business School Project will be utilised as the initial project, to determine the MEAT and establish the framework
II.1.5)

Estimated total value

Value excluding VAT: 800000.00  EUR
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

31523000  -  Illuminated signs and nameplates
31523200  -  Permanent message signs
34928470  -  Signage
II.2.3)

Place of performance

Main site or place of performance:  
Dublin 2
II.2.4)

Description of the procurement

Initial Project Overview:
The Trinity Business School site is located at Trinity College Dublin campus adjacent to Pearse Street and close to the junction with Westland Row, Dublin 2. The site is located in the North-Eastern part of the Trinity campus. The new development bounds the existing Irish Rail Viaduct
to the northeast with street frontage onto Pearse Street to the North. Within the campus, SNIAMS, INS and Botany departments are located adjacent to the site. The Simon Perry building is located on the South-Western part of the site and shall be retained until the main
building and Protected Structures are complete. The Simon Perry building, used by the Civil Engineering Department, will remain live throughout the duration of the works. The Protected Structures at number 183 to number 188 Pearse Street will also be retained and refurbished as
part of the Project.
The New Building of 11,400m2 consists of two basement levels and five upper floors. The Protected Structures at number 183 to number 188 Pearse Street, consist of a ground floor catering facility and two upper floors of Student accommodation.
When admitted to the Framework contractors will be requested to tender for wayfinding & signage projects on Trinity’s city centre campus, adjacent & satellite sites in Dublin. Trinity intends to create the framework of qualified applicants who have submitted the MEAT submissions based on the selection and award criteria set out in the tender documents.
Candidates admitted to the framework will be requested to tender for selected projects both capital and non-capital for a period of two (2) years with the option to extend for two number one (1) year extensions. Each call-off project will be via direct draw-down or alternatively by mini competition. The contracts which are the subject of this competition will, if awarded, be awarded pursuant to the procedures set out within the tender documents. The contracting authority may terminate this competition (or any part thereof); change the basis of and the procedures for the bidding process, at any time, or procure the contract by alternative means if it appears that it can thereby be more advantageously procured. The most economically advantageous or any tender will not necessarily be accepted. Trinity does not bind itself to accept the lowest or any tender. It
is currently the intention of Trinity that the framework and the initial competition shall be completed on or before early July 2019, although this is subject to change at the discretion of Trinity.
1.Call-offs under this framework for Wayfinding and signage manufacture and installation will incorporate: (non-exhaustive list)
• Dual language
• Mandatory requirements and design codes to be followed
• Consider environment and sustainability issues
• Fixing details and specification, power and lighting requirements
• Production of full-scale artworks for approval and sign off
2. Signage types will include but are not limited to: (non-exhaustive list)
• Internal and External Signage
• Temporary Signage
• Digital and non-digital signage
• Floor names and numbering
• Room names and numbering
• Zone names and numbering where applicable
• Irish and English Language
• 2d and 3d signage
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: 800.00  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:  
All optional extensions as detailed in the tender documents.
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: no
II.2.12)

Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
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

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:  5
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.2.1)

Previous publication concerning this procedure

Notice number in the OJ S: 2019/S 045-102994
IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  02/07/2019
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 : 6  (from the date stated for receipt of tender)
IV.2.7)

Conditions for opening of tenders

Date:  02/07/2019
Local time:  12:00

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.2)

Information about electronic workflows

Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3)

Additional information

The specification and works requirements are wholly described within the tender document set. Tenders must be submitted via the electronic postbox available on www.etenders.gov.ie by the response deadline. Only Tenders submitted to the electronic postbox will be accepted. Tenders submitted by any other means (including but not limited to by email, fax, post or hand delivery) will NOT be accepted.
A site visit can be arranged by contacting Tom Armstrong; Projects Manager, Estates and Facilities Department (Tom.Armstrong@tcd.ie) via email. Tom will advise on the logistics of the site visits.
VI.4)

Procedures for review

VI.4.1)

Review body

The High Court of Ireland
Inns Quay
Dublin
7
IE
Telephone: +353 18886511
Internet address: http://www.courts.ie