Architectural and related services (№10559105)

16 oct

Number: 10559105

Country: Ireland

Source: TED


Link to original

To view links to the source need to register

Publication date


16-10-2018

Description


  1. Section I
    1. Name and addresses
      Office of Public Works (OPW)
      Jonathan Swift Street
      Trim
      Co. Meath, C15 NX36
      Ireland
      Telephone: +353 469426469
      E-mail: [email protected]
    2. Type of the contracting authority:
      Ministry or any other national or federal authority, including their regional or local subdivisions
    3. Main activity:
      General public services
  2. Section II
    1. Scope of the procurement:
      1. Title:

        Framework for Architectural Services (including PSDP, Assigned Certifier and Design Certifier) for Projects with an Estimated Construction Cost in Excess of 2 000 000 EUR (ex. VAT)

        Reference number: FR AS >2M
      2. Main CPV code:
        71200000, 71220000, 71221000, 71223000, 71220000, 71221000, 71223000, 71220000, 71221000, 71223000, 71220000, 71221000, 71223000
      3. Type of contract:
        Services
      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 and design certifier for projects with an estimated construction cost in excess of 2 000 000 EUR (ex. VAT).

        Framework participants will be required to provide architectural services, including PSDP, assigned certifier and 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.

      5. Information about lots:
        This contract is divided into lots: yes
      6. Total value of the procurement:
        Value excluding VAT: 6 000 000.00 EUR
    2. Description
      1. Title:

        Dublin City and County

      2. Additional CPV code(s):
        71220000, 71221000, 71223000
      3. Place of performance:
        Main site or place of performance:

        Dublin City and County

      4. Description of the procurement:

        Framework participants will be required to provide architectural services, including PSDP, assigned certifier and 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 projects in 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.

      5. Award criteria:
        Quality criterion - Name: A1 – Undertaking role of Design Certifier / Weighting: 1200
        Quality criterion - Name: A2 – Undertaking role of Design Team Leader / Weighting: 1600
        Quality criterion - Name: B1 – Safety Design / Weighting: 600
        Quality criterion - Name: B2 – Overall Safety Considerations / Weighting: 600
        Quality criterion - Name: C1 – Construction Quality / Weighting: 1000
        Quality criterion - Name: C2 – Undertaking role of Assigned Certifier / Weighting: 600
        Quality criterion - Name: D1 – Service Delivery Proposal / Weighting: 800
        Quality criterion - Name: D2 – Communication Strategy / Weighting: 600
        Price - Weighting: 3000
      6. Information about options:
        Options: no
      7. Information about European Union funds:
        The procurement is related to a project and/or programme financed by European Union funds: no
      8. Additional information:
      9. Title:

        Carlow, Kildare, Kilkenny, Laois, Louth, Meath, Offaly, Westmeath, Wexford and Wicklow

      10. Additional CPV code(s):
        71220000, 71221000, 71223000
      11. Place of performance:
        Main site or place of performance:

        Carlow, Kildare, Kilkenny, Laois, Louth, Meath, Offaly, Westmeath, Wexford and Wicklow

      12. Description of the procurement:

        Framework participants will be required to provide architectural services, including PSDP, assigned certifier and 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 projects in various locations in:

        — Carlow,

        — Kildare,

        — Kilkenny,

        — Laois,

        — Louth,

        — Meath,

        — Offaly,

        — Westmeath,

        — Wexford and

        — Wicklow.

        The number of participants in each lot will be 15, assuming a sufficient number of suitable tenderers apply for each lot.

      13. Award criteria:
        Quality criterion - Name: A1 – Undertaking role of Design Certifier / Weighting: 1200
        Quality criterion - Name: A2 – Undertaking role of Design Team Leader / Weighting: 1600
        Quality criterion - Name: B1 – Safety Design / Weighting: 600
        Quality criterion - Name: B2 – Overall Safety Considerations / Weighting: 600
        Quality criterion - Name: C1 – Construction Quality / Weighting: 1000
        Quality criterion - Name: C2 – Undertaking role of Assigned Certifier / Weighting: 600
        Quality criterion - Name: D1 – Service Delivery Proposal / Weighting: 800
        Quality criterion - Name: D2 – Communication Strategy / Weighting: 600
        Price - Weighting: 3000
      14. Information about options:
        Options: no
      15. Information about European Union funds:
        The procurement is related to a project and/or programme financed by European Union funds: no
      16. Additional information:
      17. Title:

        Cavan, Donegal, Galway, Leitrim, Longford, Mayo, Monaghan, Roscommon and Sligo

      18. Additional CPV code(s):
        71220000, 71221000, 71223000
      19. Place of performance:
        Main site or place of performance:

        Cavan, Donegal, Galway, Leitrim, Longford, Mayo, Monaghan, Roscommon and Sligo

      20. Description of the procurement:

        Framework participants will be required to provide architectural services, including PSDP, assigned certifier and 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 projects in various locations in:

        — Cavan,

        — Donegal,

        — Galway,

        — Leitrim,

        — Longford,

        — Mayo,

        — Monaghan,

        — Roscommon and

        — Sligo.

        The number of participants in each lot will be 15, assuming a sufficient number of suitable tenderers apply for each lot.

      21. Award criteria:
        Quality criterion - Name: A1 – Undertaking role of Design Certifier / Weighting: 1200
        Quality criterion - Name: A2 – Undertaking role of Design Team Leader / Weighting: 1600
        Quality criterion - Name: B1 – Safety Design / Weighting: 600
        Quality criterion - Name: B2 – Overall Safety Considerations / Weighting: 600
        Quality criterion - Name: C1 – Construction Quality / Weighting: 1000
        Quality criterion - Name: C2 – Undertaking role of Assigned Certifier / Weighting: 600
        Quality criterion - Name: D1 – Service Delivery Proposal / Weighting: 800
        Quality criterion - Name: D2 – Communication Strategy / Weighting: 600
        Price - Weighting: 3000
      22. Information about options:
        Options: no
      23. Information about European Union funds:
        The procurement is related to a project and/or programme financed by European Union funds: no
      24. Additional information:
      25. Title:

        Clare, Cork, Kerry, Limerick, Tipperary and Waterford

      26. Additional CPV code(s):
        71220000, 71221000, 71223000
      27. Place of performance:
        Main site or place of performance:

        Clare, Cork, Kerry, Limerick, Tipperary and Waterford

      28. Description of the procurement:

        Framework participants will be required to provide architectural services, including PSDP, assigned certifier and 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 projects in various locations in:

        — Clare,

        — Cork,

        — Kerry,

        — Limerick,

        — Tipperary and

        — Waterford.

        The number of participants in each lot will be 15, assuming a sufficient number of suitable tenderers apply for each lot.

      29. Award criteria:
        Quality criterion - Name: A1 – Undertaking role of Design Certifier / Weighting: 1200
        Quality criterion - Name: A2 – Undertaking role of Design Team Leader / Weighting: 1600
        Quality criterion - Name: B1 – Safety Design / Weighting: 600
        Quality criterion - Name: B2 – Overall Safety Considerations / Weighting: 600
        Quality criterion - Name: C1 – Construction Quality / Weighting: 1000
        Quality criterion - Name: C2 – Undertaking role of Assigned Certifier / Weighting: 600
        Quality criterion - Name: D1 – Service Delivery Proposal / Weighting: 800
        Quality criterion - Name: D2 – Communication Strategy / Weighting: 600
        Price - Weighting: 3000
      30. Information about options:
        Options: no
      31. Information about European Union funds:
        The procurement is related to a project and/or programme financed by European Union funds: no
      32. Additional information:
  3. Section IV
    1. Description:
      1. Type of procedure:
        Open procedure
      2. Information about a framework agreement or a dynamic purchasing system:
        The procurement involves the establishment of a framework agreement
      3. Information about electronic auction:
      4. Information about the Government Procurement Agreement (GPA):
        The procurement is covered by the Government Procurement Agreement: yes
    2. Administrative information:
      1. Previous publication concerning this procedure:
        Notice number in the OJ S: 2017/S 247-519500
      2. Information about termination of dynamic purchasing system:
      3. Information about termination of call for competition in the form of a prior information notice:
  4. Section V
    1. Lot No: 1
      Title:

      Dublin City and County

    2. Award of contract
      1. Date of conclusion of the contract: 2018-09-25
      2. Information about tenders:
        Number of tenders received: 63
        Number of tenders received from SMEs: 63
        Number of tenders received from tenderers from other EU Member States: 4
        Number of tenders received from tenderers from non-EU Member States: 0
        Number of tenders received by electronic means: 63
        The contract has been awarded to a group of economic operators: yes
      3. Name and address of the contractor:
        Michael Collins Associates Ltd
        4 Hanover Wharf, Asgard Rd
        Dublin 2
        D02 HX39
        Ireland
        Telephone: +353 16760916
        E-mail: [email protected]
        The contractor is an SME: yes
      4. Information on value of the contract/lot (excluding VAT):

        Total value of the contract/lot: 1 500 000.00 EUR
      5. Information about subcontracting:

        Lot No: 2
        Title:

        Carlow, Kildare, Kilkenny, Laois, Louth, Meath, Offaly, Westmeath, Wexford and Wicklow

      6. Award of contract
        1. Date of conclusion of the contract: 2018-09-25
        2. Information about tenders:
          Number of tenders received: 63
          Number of tenders received from SMEs: 63
          Number of tenders received from tenderers from other EU Member States: 4
          Number of tenders received from tenderers from non-EU Member States: 0
          Number of tenders received by electronic means: 63
          The contract has been awarded to a group of economic operators: yes
        3. Name and address of the contractor:
          Reddy Associates Architects Ltd
          41 Dean Street
          Kilkenny
          Ireland
          Telephone: +353 567762697
          E-mail: [email protected]
          The contractor is an SME: yes
        4. Information on value of the contract/lot (excluding VAT):

          Total value of the contract/lot: 1 500 000.00 EUR
        5. Information about subcontracting:

          Lot No: 3
          Title:

          Cavan, Donegal, Galway, Leitrim, Longford, Mayo, Monaghan, Roscommon and Sligo

        6. Award of contract
          1. Date of conclusion of the contract: 2018-09-25
          2. Information about tenders:
            Number of tenders received: 63
            Number of tenders received from SMEs: 63
            Number of tenders received from tenderers from other EU Member States: 4
            Number of tenders received from tenderers from non-EU Member States: 0
            Number of tenders received by electronic means: 63
            The contract has been awarded to a group of economic operators: yes
          3. Name and address of the contractor:
            Ostick and Williams Ltd
            14 Edgewater Rd
            Belfast
            BT3 9JQ
            United Kingdom
            Telephone: +44 2890778810
            E-mail: [email protected]
            The contractor is an SME: yes
          4. Information on value of the contract/lot (excluding VAT):

            Total value of the contract/lot: 1 500 000.00 EUR
          5. Information about subcontracting:

            Lot No: 4
            Title:

            Clare, Cork, Kerry, Limerick, Tipperary and Waterford

          6. Award of contract
            1. Date of conclusion of the contract: 2018-09-25
            2. Information about tenders:
              Number of tenders received: 63
              Number of tenders received from SMEs: 63
              Number of tenders received from tenderers from other EU Member States: 4
              Number of tenders received from tenderers from non-EU Member States: 0
              Number of tenders received by electronic means: 63
              The contract has been awarded to a group of economic operators: yes
            3. Name and address of the contractor:
              Pascall + Watson Ltd
              11 Mallow Street
              Limerick
              Ireland
              Telephone: +353 61310890
              E-mail: [email protected]
              The contractor is an SME: yes
            4. Information on value of the contract/lot (excluding VAT):

              Total value of the contract/lot: 1 500 000.00 EUR
            5. Information about subcontracting:

        7. Section VI
          1. Additional information
          2. Procedures for review
            1. Review body
              The High Court
              Four Courts, Inns Quay
              Dublin 7
              Ireland
            2. Body responsible for mediation procedures

            3. Service from which information about the review procedure may be obtained

          3. Date of dispatch of this notice
            2018-10-12