The contracting authority proposes to engage in a competitive process for the establishment of a framework agreement for property advisory and valuation services comprising:
A. general property advice and market analysis;
B. property development advice;
C. valuations and professional services;
D. estate agency and marketing โ acquisition, sales and lettings; and
E. any other additional services as required related to or ancillary to the above
Deadline
The time limit for receipt of tenders was 2019-10-07.
The procurement was published on 2019-09-05.
Suppliers
The following suppliers are mentioned in award decisions or other procurement documents:
Object Scope of the procurement
Title: Property Advisory and Valuation Services
Products/services: Real estate services๐ฆ
Short description:
โThe contracting authority proposes to engage in a competitive process for the establishment of a framework agreement for property advisory and valuation...โ
Short description
The contracting authority proposes to engage in a competitive process for the establishment of a framework agreement for property advisory and valuation services comprising:
A. general property advice and market analysis;
B. property development advice;
C. valuations and professional services;
D. estate agency and marketing โ acquisition, sales and lettings; and
E. any other additional services as required related to or ancillary to the above
Show more
Estimated value excluding VAT: EUR 4 000 000 ๐ฐ
The contracting authority proposes to engage in a competitive process for the establishment of a framework agreement for property advisory and valuation services comprising:
A. general property advice and market analysis;
B. property development advice;
C. valuations and professional services;
D. estate agency and marketing โ acquisition, sales and lettings; and
E. any other additional services as required related to or ancillary to the above.
Show more Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
Scope of the procurement
Estimated total value excluding VAT: EUR 4 000 000 ๐ฐ
Duration of the contract, framework agreement or dynamic purchasing system
The time frame below is expressed in number of months.
Description
Duration: 48
Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 8
Objective criteria for choosing the limited number of candidates: As set out in the procurement documents.
Description
Additional information:
โPlease consult the associated documentation, which contains full instructions regarding the submission of tenders and is available to download from...โ
Additional information
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 156809.
Legal, economic, financial and technical information Conditions for participation
List and brief description of conditions:
โAs stated in procurement documents available to download from www.etenders.gov.ie using RFT ID 156809.โ Economic and financial standing
Selection criteria as stated in the procurement documents
Technical and professional ability
Selection criteria as stated in the procurement documents
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
Procedure Type of procedure
Restricted procedure
Information about a framework agreement or a dynamic purchasing system
Framework agreement with several operators
Description
Envisaged maximum number of participants to the framework agreement: 5
Administrative information
Time limit for receipt of tenders or requests to participate: 2019-10-07
12:00 ๐
Languages in which tenders or requests to participate may be submitted: English ๐ฃ๏ธ
The time frame below is expressed in number of months.
Minimum time frame during which the tenderer must maintain the tender: 12
Complementary information Additional information
โ1) Interested parties must register their interest on the eTenders website (www.etenders.gov.ie) in order to be included on the mailing list for...โ
1) Interested parties must register their interest on the eTenders website (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;
2) Suppliers must register their interest on the eTenders website (www.etenders.gov.ie) in order to be included on the mailing list for clarifications and to respond electronically to the competition. There is a maximum upload limit of 2GB per document on etenders. Documents larger than this should be divided into smaller files prior to upload or zipped;
3) Should you experience difficulty when uploading documents please contact the eTenders Support Desk for technical assistance. Email etenders@eu-supply.com or Telephone: 353 (0)212439277 (9.00 a.m.-17.30 p.m. GMT);
4) All queries regarding this tender requirement or process must be submitted through the Irish Government Procurement Opportunities Portal www.etenders.gov.ie (RFT ID:156809) as a specific question. Responses will be circulated to those tenderers that have registered an interest in this notice on www.etenders.gov.ie
The details of the person making a query will not be disclosed when circulating the response;
5) This is the sole call for competition for this contract/framework;
6) The contracting authority will not be responsible for any costs, charges or expenses incurred by candidates or tenderers;
7) Contract award will be subject to the approval of the competent authorities;
8) It will be a condition of award that the successful tenderer is and remains tax compliant;
9) 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;
10) Please note in relation to all documents, that where reference is made to a particular standard, make, source, process, trademark, type or patent, that this is not to be regarded as a de facto requirement. In all such cases it should be understood that such indications are to be treated strictly and solely for reference purposes only, to which the words โor equivalentโ will always be appended;
11) Without prejudice to the principle of equal treatment, the contracting authority is not obliged to engage in a clarification process in respect of the procurement documents with missing or incomplete information. Therefore, respondents are advised to ensure that they return completed documentation in order to avoid the risk of elimination from the competition;
12) At Section II.2.9) we have indicated that 8 will be invited to tender, please note that the contracting authority reserves the right to invite at least 8 subject to that number qualifying.
Show more Review body
Name: High Court
Postal address: Four Courts
Postal town: Dublin
Postal code: 7
Country: Ireland ๐ฎ๐ช
Phone: +353 118886000๐
E-mail: highcourtcentraloffice@courts.ie๐ง
URL: http://www.courts.ie๐ Body responsible for mediation procedures
Name: High Court
Postal town: Dublin
Country: Ireland ๐ฎ๐ช Review procedure
Precise information on deadline(s) for review procedures:
โThe framework is covered by the application of the Remedies Directive and the relevant standstill period applied at time of notification.โ Service from which information about the review procedure may be obtained
Name: Consult legal advisor
Postal town: Ireland
Country: Ireland ๐ฎ๐ช
Source: OJS 2019/S 174-424282 (2019-09-05)
Contract award notice (2020-05-27) Contracting authority Name and addresses
Region: Dublin๐๏ธ
Object Scope of the procurement
Short description:
โThe Contracting Authority engaged in a competitive process for the establishment of a framework agreement for Property Advisory and Valuation Services...โ
Short description
The Contracting Authority engaged in a competitive process for the establishment of a framework agreement for Property Advisory and Valuation Services comprising:
A: General Property Advice and Market Analysis
B: Property Development Advice
C: Valuations and Professional Services
D: Estate Agency and Marketing - Acquisition, Sales and Lettings
E: and any other additional services as required related to or ancillary to the above.
Show more
Total value of the procurement (excluding VAT): EUR 4 000 000 ๐ฐ
Description
Description of the procurement:
โThe Contracting Authority engaged in a competitive process for the establishment of a framework agreement for Property Advisory and Valuation Services...โ
Description of the procurement
The Contracting Authority engaged in a competitive process for the establishment of a framework agreement for Property Advisory and Valuation Services comprising:
A: General Property Advice and Market Analysis
B: Property Development Advice
C: Valuations and Professional Services
D: Estate Agency and Marketing - Acquisition, Sales and Lettings
E: and any other additional services as required related to or ancillary to the above.
Show more Award criteria
Quality criterion (name): Resourcing and Technical Merit of the Team
Quality criterion (weighting): 60 %
Quality criterion (name): Contract Management Proposal
Quality criterion (weighting): 10 %
Cost criterion (name): Ultimate Cost
Cost criterion (weighting): 30 %
Procedure Information about framework agreement
The procurement involves the establishment of a framework agreement
Administrative information
Previous publication concerning this procedure: 2019/S 174-424282
Award of contract
1๏ธโฃ
Contract Number: 1
Title: Property Advisory and Valuation Services
Date of conclusion of the contract: 2020-03-20 ๐
Information about tenders
Number of tenders received: 8
Number of tenders received from SMEs: 2
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 8
Name and address of the contractor
Name: Savills Commercial (Ireland) Ltd
Postal address: 33 Molesworth Street
Postal town: Dublin
Postal code: 2
Country: Ireland ๐ฎ๐ช
Region: Dublin๐๏ธ
The contractor is an SME
Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 4 000 000 ๐ฐ
2๏ธโฃ Name and address of the contractor
Name: Cushman & Wakefield
Postal address: 164 Shelbourne Road, Ballsbridge
Postal code: 4
Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 4 000 000 ๐ฐ
3๏ธโฃ Name and address of the contractor
Name: JS (City) Limited t/a Colliers International
Postal address: Hambleden House, 19-26 Lower Pembroke Street
The contractor is an SME โ Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 4 000 000 ๐ฐ
4๏ธโฃ Name and address of the contractor
Name: GVA Donal O Buachalla & Co Ltd
Postal address: 86 Merrion Square
Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 4 000 000 ๐ฐ
5๏ธโฃ Name and address of the contractor
Name: Duff & Phelps (Ireland) Ltd
Postal address: 24 St Stephenโs Green
Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 4 000 000 ๐ฐ
Source: OJS 2020/S 104-251818 (2020-05-27)