Establishment of a multi-operator framework agreement for structural and civil engineering consultancy services
For project values in Lot 1 up to 2 000 000 EUR; and
For project values in Lot 2 over 2 000 000 EUR;
For Kildare County Council and Laois County Council.
Deadline
The time limit for receipt of tenders was 2019-09-10.
The procurement was published on 2019-08-02.
Suppliers
The following suppliers are mentioned in award decisions or other procurement documents:
Object Scope of the procurement
Title:
“Structural + Civil Engineering Consultancy Multi-Operator Framework Agreement
Consultancy Services Technical”
Products/services: Engineering services📦
Short description:
“Establishment of a multi-operator framework agreement for structural and civil engineering consultancy services
For project values in Lot 1 up to 2 000 000...”
Short description
Establishment of a multi-operator framework agreement for structural and civil engineering consultancy services
For project values in Lot 1 up to 2 000 000 EUR; and
For project values in Lot 2 over 2 000 000 EUR;
For Kildare County Council and Laois County Council.
Show more
Estimated value excluding VAT: EUR 500 💰
Information about lots
Tenders may be submitted for all lots
Open procedure is the process to be used by the contracting authority for the purposes of establishing the framework agreement. The open procedure is a single stage process divided into 2 distinct parts. Tenderers are required to submit all information required for both parts in a single tender submission.
Kildare County Council proposes to use the following projects as the initial project to be awarded under the framework agreement for Lot 1 and Lot 2 and will assess the tender submission based on that project;
Lot 1: Technical consultancy services for the construction of 4 social houses and associated site-woks in Hillview Terrace, Narraghmore, Co. Kildare for Kildare County Council.
The results of the tender process for the initial project will be the basis for establishing the framework agreement.
The open procedure will operate as follows:
Part 1: Suitability criteria (refer to suitability assessment questionnaire QC2).
Tenderer’s are required to complete and submit suitability assessment questionnaire QC2 and associated appendices. Tenderers must pass all pass/fail criteria in order to have their tender assessed further. Tenderers should carefully read and complete suitability assessment questionnaire QC2 and associated appendices. In some circumstances tenderers are required to submit supporting
documentation, or to submit this information only if requested.
Part 2: Award criteria (refer to Section 9 of the invitation to tender ITTS2).
Tenderers who pass all of the pass/fail criteria set out in suitability assessment questionnaire will have their tenders assessed against the award criteria set out in Section 9 of the invitation to tender ITTS2 and as further explained below. Tenders will be based on a competition for the provision of the applicable design team consultancy services (technical) for the initial projects.
The award criteria for this tender will be ‘Most Economically Advantageous Tender’ (MEAT) as set out in the invitation to tender. To establish the MEAT tenders will be assessed both for price and quality. The price/quality ratio will be 30%/70%.
Price
The maximum points available for price are: 3 000
Points for price will be calculated as set out in Section 9 of the instructions to tenderer’s and include a combination of the fixed fee and notional hours.
Quality
The maximum points available for Quality are: 7 000
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 500 000 💰
Duration of the contract, framework agreement or dynamic purchasing system
The time frame below is expressed in number of months.
Description
Duration: 12
Duration of the contract, framework agreement or dynamic purchasing system
This contract is subject to renewal ✅ Description
Description of renewals: A further three 12 month terms (a maximum total term of 48 months).
Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
Description
Additional information:
“Establishment of a multi-operator framework agreement for structural and civil engineering consultancy services for project values in Lot 1 up to 2 000 000...”
Additional information
Establishment of a multi-operator framework agreement for structural and civil engineering consultancy services for project values in Lot 1 up to 2 000 000 EUR and for project values in Lot 2 over 2 000 000 EUR for Kildare County Council and Laois County Council.
2️⃣ Scope of the procurement
Title: Project values over 2 000 000 EUR.
Title
Lot Identification Number: 2
Description
Description of the procurement:
“Open procedure is the process to be used by the contracting authority for the purposes of establishing the framework agreement. The open procedure is a...”
Description of the procurement
Open procedure is the process to be used by the contracting authority for the purposes of establishing the framework agreement. The open procedure is a single stage process divided into 2 distinct parts. Tenderers are required to submit all information required for both parts in a single tender submission.
Kildare County Council proposes to use the following projects as the initial project to be awarded under the framework agreement for Lot 1 and Lot 2 and will assess the tender submission based on that project.
Lot 2: Technical consultancy services for the construction of 10 social houses and associated site-woks in Coill Dubh/Blackwood, Co. Kildare for Kildare County Council.
The results of the tender process for the initial project will be the basis for establishing the framework agreement.
The open procedure will operate as follows:
Part 1: Suitability criteria (refer to suitability assessment questionnaire QC2).
Tenderer’s are required to complete and submit suitability assessment questionnaire QC2 and associated appendices. Tenderers must pass all pass/fail criteria in order to have their tender assessed further. Tenderers should carefully read and complete suitability assessment questionnaire QC2 and associated appendices. In some circumstances tenderers are required to submit supporting
Documentation, or to submit this information only if requested.
Part 2: Award criteria (refer to Section 9 of the invitation to tender ITTS2).
Tenderers who pass all of the pass/fail criteria set out in suitability assessment questionnaire will have their tenders assessed against the award criteria set out in Section 9 of the invitation to tender ITTS2 and as further explained below. Tenders will be based on a competition for the provision of the applicable design team consultancy services (Technical) for the initial projects.
The award criteria for this tender will be ‘Most Economically Advantageous Tender’ (MEAT) as set out in the invitation to tender. To establish the MEAT tenders will be assessed both for price and quality. The price/quality ratio will be 30%/70%.
Price
The maximum points available for price are: 3 000
Points for Price will be calculated as set out in Section 9 of the instructions to tenderer’s and include a combination of the fixed fee and notional hours.
Quality
The maximum points available for Quality are: 7 000
Show more Scope of the procurement
Estimated total value excluding VAT: EUR 500 000 💰
Legal, economic, financial and technical information Conditions for participation
List and brief description of conditions: Proof of registration with approved Body required.
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
Open 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: 8
Administrative information
Time limit for receipt of tenders or requests to participate: 2019-09-10
12:00 📅
Languages in which tenders or requests to participate may be submitted: English 🗣️
The time frame below is expressed in number of months.
Minimum time frame during which the tenderer must maintain the tender: 6
Conditions for opening of tenders: 2019-09-10
12:00 📅
Conditions for opening of tenders (place): Kildare County Council
Conditions for opening of tenders (Information about authorised persons and opening procedure): Authorised Procurement Officer.
Complementary information Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
Additional information
Na
Review body
Name: High Court Chief Registrar
Postal address: The Four Courts, Dublin 7
Postal town: Dublin 7
Country: Ireland 🇮🇪
Phone: +353 18886000📞
E-mail: highcourtcentraloffice@courts.ie📧 Review procedure
Precise information on deadline(s) for review procedures: Refer to procurement rules.
Source: OJS 2019/S 151-372796 (2019-08-02)
Contract award notice (2020-09-04) Contracting authority Name and addresses
Contact person: Patrick Henderson
Phone: +353 45980524📞
E-mail: phenderson@kildarecoco.ie📧
Object Scope of the procurement
Short description:
“Establishment of a multi-operator framework agreement for structural and civil engineering consultancy services
For project values in Lot 1 up to EUR 2...”
Short description
Establishment of a multi-operator framework agreement for structural and civil engineering consultancy services
For project values in Lot 1 up to EUR 2 million and
For project values in Lot 2 over EUR 2 million
For Kildare County Council and Laois County Council.
Show more
Total value of the procurement (excluding VAT): EUR 23 500 💰
Information about lots
This contract is divided into lots ✅ Scope of the procurement
Title: Project Values up to EUR 2 million
Description
Description of the procurement:
“Open procedure is the process to be used by the contracting authority for the purposes of establishing the framework agreement. The Open procedure is a...”
Description of the procurement
Open procedure is the process to be used by the contracting authority for the purposes of establishing the framework agreement. The Open procedure is a single stage process divided into two distinct parts. Tenderers are required to submit all information required for both parts in a single tender submission.
Kildare County Council proposes to use the following projects as the initial project to be awarded under the framework agreement for Lot 1 and Lot 2 and will assess the tender submission based on that project;
Lot 1: Technical Consultancy Services for the construction of 4 Social Houses and associated site-woks in Hillview Terrace, Narraghmore, Co. Kildare for Kildare County Council.
The results of the tender process for the initial project will be the basis for establishing the framework agreement.
The Open procedure will operate as follows:
Part 1: Suitability Criteria (refer to Suitability Assessment Questionnaire QC2).
Tenderer’s are required to complete and submit Suitability Assessment Questionnaire QC2 and associated appendices. Tenderers must Pass all Pass/Fail criteria in order to have their tender assessed further. Tenderers should carefully read and complete Suitability Assessment Questionnaire QC2 and associated appendices. In some circumstances tenderers are required to submit supporting
documentation, or to submit this information only if requested.
Part 2: Award Criteria (refer to Section 9 of the Invitation to Tender ITTS2).
Tenderers who Pass all of the Pass/Fail criteria set out in Suitability Assessment Questionnaire will have their tenders assessed against the award criteria set out in Section 9 of the invitation to tender ITTS2 and as further explained below. Tenders will be based on a competition for the provision of the applicable design team consultancy services (technical) for the initial projects.
The award criteria for this tender will be ‘Most Economically Advantageous Tender’ (MEAT) as set out in the invitation to tender. To establish the MEAT tenders will be assessed both for price and quality. The price/quality ratio will be 30%/70%.
Price
The maximum points available for Price are: 3 000
Points for price will be calculated as set out in Section 9 of the Instructions to tenderer’s and include a combination of the fixed fee and notional hours.
Quality
The maximum points available for Quality are: 7 000
Show more Award criteria
Quality criterion (name): Quality
Quality criterion (weighting): 70 %
Cost criterion (name): Price
Cost criterion (weighting): 30 %
Description
Additional information:
“Establishment of a multi-operator framework agreement for structural and civil engineering consultancy services for project values in Lot 1 up to EUR 2...”
Additional information
Establishment of a multi-operator framework agreement for structural and civil engineering consultancy services for project values in Lot 1 up to EUR 2 million and for project values in Lot 2 over EUR 2 million for Kildare County Council and Laois County Council.
Show more Scope of the procurement
Title: Project Values over EUR 2 million
Description
Description of the procurement:
“Open procedure is the process to be used by the contracting authority for the purposes of establishing the framework agreement. The Open procedure is a...”
Description of the procurement
Open procedure is the process to be used by the contracting authority for the purposes of establishing the framework agreement. The Open procedure is a single stage process divided into two distinct parts. Tenderers are required to submit all information required for both parts in a single tender submission.
Kildare County Council proposes to use the following projects as the initial project to be awarded under the framework agreement for Lot 1 and Lot 2 and will assess the tender submission based on that project;
Lot 2: Technical Consultancy Services for the construction of 10 Social Houses and associated site-woks in Coill Dubh/Blackwood, Co. Kildare for Kildare County Council.
The results of the tender process for the initial project will be the basis for establishing the framework agreement.
The Open procedure will operate as follows:
Part 1: Suitability Criteria (refer to Suitability Assessment Questionnaire QC2).
Tenderer’s are required to complete and submit Suitability Assessment Questionnaire QC2 and associated Appendices. Tenderers must Pass all Pass/Fail criteria in order to have their tender assessed further. Tenderers should carefully read and complete Suitability Assessment Questionnaire QC2 and associated appendices. In some circumstances tenderers are required to submit supporting
documentation, or to submit this information only if requested.
Part 2: Award Criteria (refer to Section 9 of the Invitation to Tender ITTS2).
Tenderers who Pass all of the Pass/Fail criteria set out in Suitability Assessment Questionnaire will have their tenders assessed against the award criteria set out in Section 9 of the invitation to tender ITTS2 and as further explained below. Tenders will be based on a competition for the provision of the applicable design team consultancy services (Technical) for the initial projects.
The award criteria for this tender will be ‘Most Economically Advantageous Tender’ (MEAT) as set out in the Invitation to Tender. To establish the MEAT tenders will be assessed both for price and quality. The price/quality ratio will be 30%/70%.
Price
The maximum points available for price are: 3 000
Points for price will be calculated as set out in Section 9 of the instructions to tenderer’s and include a combination of the fixed fee and notional hours.
Quality
The maximum points available for Quality are: 7 000
Show more Award criteria
Quality criterion (name): quality
Price (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 151-372796
Award of contract
1️⃣
Contract Number: 1
Title: Project Values up to EUR 2 million
Date of conclusion of the contract: 2020-07-07 📅
Information about tenders
Number of tenders received: 7
Number of tenders received by electronic means: 7
Name and address of the contractor
Name: Hayes Higgins Partnership
National registration number: 09526020-28501D
Postal address: The Arches, Gas House Lane
Postal town: Kilkenny
Postal code: N/a
Country: Ireland 🇮🇪
Phone: +353 567764710📞
E-mail: edoyle@hhp.ie📧
Fax: +353 567723223 📠
Region: Éire/Ireland🏙️
URL: http://www.hhp.ie🌏
The contractor is an SME ✅ Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 8 000 💰
2️⃣
Contract Number: 2
Title: Project Values over EUR 2 million
Date of conclusion of the contract: 2020-06-02 📅
Information about tenders
Number of tenders received: 8
Number of tenders received by electronic means: 8
Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 15 500 💰
Complementary information Review body
Postal address: The Four Courts
Body responsible for mediation procedures
Name: The President of Engineers Ireland
Postal address: 22 Clyde Road, Ballsbridge
Postal town: Dublin 4
Country: Ireland 🇮🇪
Source: OJS 2020/S 175-423416 (2020-09-04)