Contract notice

Information

Published

Date of dispatch of this notice: 26/06/2020

Expire date: 14/08/2020

External Reference: 2020-275687

TED Reference: 2020/S 124-304262

Contract notice

[NoticeContract]

[Directive201424]

[Section1]: [Ca]

I.1)

[NameAddressContact]

National Museum of Ireland
N/A
Collins Barracks
Dublin 7
Benburb Street
IE
[Contactpoint]: Marian Regan
[AddressPhone]: +353 014020114
[AddressEmail]: museum@greenville.ie
[Internets]:
I.3)

[InfoTendering]

[AddressObtainDocs]:  
http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=169355&B=ETENDERS_SIMPLE
[AddressFurtherinfo]
[AsContactsAbove]:  
[AddressSendTendersRequest]
[AddressSendTendersRequest]
[AddressToAbove]
I.4)

[CaType]

[MaintypePublicbody]
I.5)

[Mainactivity]

[MainactivCulture]

[Section2]: [Object]

II.1)

[QuantityScopeContract]

II.1.1)

[TitleContract]

Multi-Operator Framework Open - Preliminary Business Case and Associated Staged Services (2020/2025)
II.1.2)

[CpvMain]

72224000  - 
II.1.3)

[TypeContract]

[Services]
II.1.4)

[DescrShort]

The National Museum of Ireland requests tender responses from suitably qualified professionals for appointment to a Multi-Party Framework for the provision of Project Management Services (The Project) for a period of up to 6 years. The appointed consultant will report to the Head of Operations. Primary Role of Service:
1. Business Case Coordination for the development and delivery of the NMI – Natural History Preliminary Business Case
2. Project Management
3. Technical assistance and any further support necessary, with an emphasis on the coordination of the later stages of the Public Spending Code and development of a visitor experience strategy.
Subsequent phases of the project (2 and 3) if required and purely at the discretion of NMI may be negotiated in line with Article 32.5 of Directive 2014/24/EU.
II.1.5)

[ValueMagnitudeEstimatedTotal]

[ValueExclVat]: 250000.00  EUR
II.1.6)

[LotsInfo]

[DivisionLots]: [No]
II.2)

[Description]

II.2.2)

[CpvAdditional]

66122000  - 
79410000  - 
79411100  - 
72224000  - 
71220000  - 
79311410  - 
71324000  - 
71300000  - 
II.2.3)

[PlacePerformance]

[MainsiteplaceWorksDelivery]:  
Dublin
II.2.4)

[DescrProcurement]

The National Museum of Ireland requests tender responses from suitably qualified professionals for appointment to a Multi-Party Framework for the provision of Project Management Services for a period of up to 6 years.
The appointed consultant will report to the Head of Operations.
Primary Role of Service
The primary role of the service is to provide:
1. Business Case Coordination for the development and delivery of the NMI – Natural History Preliminary Business Case
2. Project Management
3. Technical assistance and any further support necessary, with an emphasis on the coordination of the later stages of the Public Spending Code and development of a visitor experience strategy.
1. NMI – Natural History Business Case
As part of NMI’s capital investment plans under the ‘Investing in our Culture, Language and Heritage 2018 – 2027’ programme, the appointed consultant will provide assistance with the development and delivery of the NMI - Natural History Business Case through the following three stages of the project’s lifecycle (as per Public Spending Code Requirements):
Stage 1: Preliminary Business Case
Stage 2: Final Business Case
Stage 3: Implementation
The successful individual or company will be required to ensure the Preliminary Business Case is fully compliant with the Public Spending Code and any amendments that are subsequently made to the Code, pre-submission of the Preliminary Business Case.
Subsequent phases of the project (2 and 3) if required and purely at the discretion of NMI may be negotiated in line with Article 32.5 of Directive 2014/24/EU which states that the negotiated procedure without prior publication may be used for new services consisting in the repetition of similar services awarded on foot of this competition. The basis project includes all of the services referred to under Section 2.2 of this RFT. Such negotiations will be contingent on satisfactory performance and budget availability and are purely discretionary. There is no guarantee of any follow-on phases.
II.2.5)

[AwardCriteria]

[AwardCriteriaDescriptive]
II.2.6)

[ValueMagnitudeEstimated]

[ValueExclVat]: 250000.00  EUR
II.2.7)

[DurationContractFrameworkDps]

[DurationMonths]: 72
[RenewalsSubject]: [No]
II.2.10)

[VariantsInfo]

[VariantsAccepted]: [No]
II.2.11)

[OptionsInfo]

[Options]: [Yes]
[OptionsDescr]:
Subsequent phases of the project (2 and 3) if required and purely at the discretion of NMI may be negotiated in line with Article 32.5 of Directive 2014/24/EU which states that the negotiated procedure without prior publication may be used for new services consisting in the repetition of similar services awarded on foot of this competition. The basis project includes all of the services referred to under Section 2.2 of this RFT. Such negotiations will be contingent on satisfactory performance and budget availability and are purely discretionary. There is no guarantee of any follow-on phases.
II.2.13)

[EuProgrInfo]

[EuProgrRelated]: [No]
II.2.14)

[InfoAdditional]

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 171895

[Section3]: [InfoLegal]

III.1)

[ConditionsParticip]

III.1.2)

[EconomicFinancialStanding]

[CriteriaSelectionDocs]
III.1.3)

[TechnicalCapacity]

[CriteriaSelectionDocs]
III.2)

[ConditionsContract]

III.2.2)

[OtherConditions]

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 171895

[Section4]: [Procedure]

IV.1)

[Description]

IV.1.1)

[TypeProcedure]

[ProctypeOpen]
IV.1.3)

[FrameworkContractDpsInfo]

[NoticeInvolvesFramework]
[FrameworkSeveral]
[FrameworkParticipEnvis]:  2
[FrameworkJustFour]:  6 year framework is based on business needs and requirement for continuity of supply over the business case and renovation strategy which includes decanting, designing, construction and hand-over over 6 years from 2020 to 2025.
IV.1.8)

[GpaInfo]

[GpaCovered] : [Yes]
IV.2)

[InfoAdmin]

IV.2.2)

[LimitReceiptTendersReqPart]

[Date]:  27/07/2020
[Time]:  17:00
IV.2.4)

[LanguagesAllowed]

[Language_EN], [Language_GA]
IV.2.6)

[MinTimeMaintain]

[DateTenderValid]:  25/06/2021
IV.2.7)

[OpeningConditions]

[Date]:  27/07/2020
[Time]:  17:00
[OpeningPlace]:  
Via etenders
[OpeningAdditInfo]:  
Authorised personnel

[Section6]: [InfoComplement]

VI.1)

[RecurrenceInfo]

[RecurrentProcurement]:  [No]
VI.3)

[InfoAdditional]

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 171895
VI.4)

[AppealsProcedure]

VI.4.1)

[AppealsBody]

The High Court
Four Courts
Dublin
7
IE
[AddressPhone]: +353 18886000

VI.4.3)

[AppealsLodging]

[AppealsDeadline]: 
In accordance with the Remedies Directive