Establishment of a number of multi‐party framework agreements for architect led integrated design team services or individual disciplines in seven lots as required using the competitive procedure with negotiation.
Deadline
The time limit for receipt of tenders was 2021-04-19.
The procurement was published on 2021-03-16.
Suppliers
The following suppliers are mentioned in award decisions or other procurement documents:
Object Scope of the procurement
Title:
“GMIT Multi Operator Framework Agreement Design Team Services 2021
GMIT Design Team Services 2021”
Products/services: Architectural design services📦
Short description:
“Establishment of a number of multi‐party framework agreements for architect led integrated design team services or individual disciplines in seven lots as...”
Short description
Establishment of a number of multi‐party framework agreements for architect led integrated design team services or individual disciplines in seven lots as required using the competitive procedure with negotiation.
Show more
Estimated value excluding VAT: EUR 7 000 000 💰
Information about lots
Tenders may be submitted for all lots
Scope of the procurement
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:
“Lot 1: Architectural design services including specialist skills;
Lot 2: Quantity surveying services including specialist skills (MEQS);
Lot 3:...”
The contracting authority reserves the right to award contracts combining the following lots or groups of lots
Lot 1: Architectural design services including specialist skills;
Lot 2: Quantity surveying services including specialist skills (MEQS);
Lot 3: Civil/structural engineering services;
Lot 4: M&E services engineering services;
Lot 5: Project supervisor design process (PSDP) services;
Lot 6: Project management;
Lot 7: Architect led integrated design team.
Lot 1: Architectural design services including specialist skills of fire engineering design services, landscape architectural design services, sports pitch design, planning consultancy services, environmental consultancy services, archaeological services and conservation architectural design services, acoustic consultancy services. description of service:
(a) the architect will be the design team leader (unless noted otherwise at mini-competition stage or cascade stage);
(b) the architect will be required to provide all of the professional architectural services, including specialist skills of fire engineering design services, landscape architectural design services, sports pitch design, planning consultancy services, environmental consultancy services, archaeological services and conservation architectural design services, acoustic consultancy services, traffic, transportation, bridge consultancy as necessary to comply with the requirements of each design brief including all post contract supervision as necessary to ensure the satisfactory completion of the project(s);
(c) architectural Services shall also include, inter alia, the following services:
(i) the preparation, submission and securing, where practicable, of all statutory approvals as may be required including:
(a) disability access certificates;
(b) planning certificates; and
(c) fire certificates.
The Institute will pay all local authority fees and contributions associated with obtaining required statutory approvals, and where asking the consultant to do so will reimburse the consultant accordingly.
(ii) unless otherwise nominated the architect will provide all of the services associated with the assigned certifier under the building control (Amendment) Regulations 2014 and will provide the design certificate(s) associated with same;
(iii) all landscaping and planting design;
(iv) preparation, assessment and recommendation of works contractors and tenders in conjunction with the other members of the design team and client.
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 2 000 000 💰
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: 3
Objective criteria for choosing the limited number of candidates:
“The procedure being utilised in this competition is the ‘Competitive Procedure with Negotiation’. This procedure has been chosen as the optimum procedure to...”
Objective criteria for choosing the limited number of candidates
The procedure being utilised in this competition is the ‘Competitive Procedure with Negotiation’. This procedure has been chosen as the optimum procedure to enable the assessment of innovative solutions (by analogy with the rules contained in Directive 2014/24/EU – Article 26). The procedure involves the following four stages;
1) A suitability assessment questionnaire used to assess the financial and technical competence for parties suitable for request for tender stage. There will be a shortlist of maximum of 5 (five) operators to be invited to the tender stage, or the maximum number of applications received if this number is not achieved;
2) Request for Tender (‘RFT’) stage and initial evaluation. After the tender stage 3 (three) operators will be awarded membership to the framework, if available from the maximum number received from the limits set in Stage 1 above;
3) Negotiation stage as may be necessary and appropriate. However, the contracting authority reserves the possibility to award the framework on the basis of initial tenders without negotiation. Should the contracting authority enter into formal negotiations, shortlisted tenderers will be invited to submit a best and final offer;
4) Award of framework/contract phase where a decision is taken to award a framework or not as the case may be, followed by signing of a service contract.
Show more Description
Additional information:
“Establishment of a number of multi‐party framework agreements for architect led integrated design team services or individual disciplines in seven lots as...”
Additional information
Establishment of a number of multi‐party framework agreements for architect led integrated design team services or individual disciplines in seven lots as required to assist in the delivery of refurbishment, renovation, upgrades works, new build, re-adaptive and master planning works, and capital business case development — using the competitive procedure with negotiation.
2️⃣ Scope of the procurement
Title: Lot 2: Quantity Surveying Services including Specialist Skills MEQS
Title
Lot Identification Number: 2
Description
Additional products/services: Quantity surveying services📦
Additional products/services: Quantity surveying services for civil engineering works📦
Place of performance: Éire/Ireland🏙️
Description of the procurement:
“Quantity surveying services including specialist skills of mechanical and electrical quantity surveying services (MEQS). Description of service:
(a)...”
Description of the procurement
Quantity surveying services including specialist skills of mechanical and electrical quantity surveying services (MEQS). Description of service:
(a) quantity surveying services shall include all the professional services in the area of quantity surveying as necessary to comply with the requirements of the tender documentation and design brief, together with such post contract supervision as required to ensure the satisfactory completion of the project;
(b) quantity surveying services shall also include, inter alia, the following services:
(i) the provision of full cost planning, value engineering and budget management services. The tender pricing document will incorporate full bills of quantities or pricing schedule associated with all M&E Services. The quantity surveyor will be required to exercise full responsibility for all pre and post contract cost control and final account settlement associated with all specialist works including M&E services;
(ii) assessment of works contractors in conjunction with the other members of the design team.
Show more Scope of the procurement
Estimated total value excluding VAT: EUR 500 000 💰
Information about the limits on the number of candidates to be invited
Objective criteria for choosing the limited number of candidates:
“The procedure being utilised in this competition is the ‘Competitive Procedure with Negotiation’. This procedure has been chosen as the optimum procedure to...”
Objective criteria for choosing the limited number of candidates
The procedure being utilised in this competition is the ‘Competitive Procedure with Negotiation’. This procedure has been chosen as the optimum procedure to enable the assessment of innovative solutions (by analogy with the rules contained in Directive 2014/24/EU – Article 26). The procedure involves the following four stages;
1) A Suitability assessment questionnaire used to assess the financial and technical competence for parties suitable for request for tender stage. There will be a shortlist of maximum of 5 (five) operators to be invited to the tender stage, or the maximum number of applications received if this number is not achieved;
2) Request for Tender (‘RFT’) stage and initial evaluation. After the tender stage 3 (three) operators will be awarded membership to the framework, if available from the maximum number received from the limits set in Stage 1 above;
3) Negotiation stage as may be necessary and appropriate. However, the contracting authority reserves the possibility to award the framework on the basis of initial tenders without negotiation. Should the contracting authority enter into formal negotiations, shortlisted tenderers will be invited to submit a best and final offer;
4) Award of framework/contract phase where a decision is taken to award a framework or not as the case may be, followed by signing of a service contract.
Description of service:
(a) the civil/structural engineer shall provide the professional services in the area of civil/structural engineering as necessary to comply with the requirements of the tender specification and design brief, together with such post contract supervision as required to ensure satisfactory completion of the project;
(b) structural engineering services shall also include, inter alia, the following services:
(i) the procurement assistance, supervision, reporting and dissemination of site investigations, structural/dimensional surveys and the like as necessary for the design and construction of the proposed works. The Institute will pay the costs of associated specialist contractors/surveys and related exploratory/intrusive investigations and opening up as required;
(ii) such additional engineering presence on site during critical structural activities and stages as necessary to ensure full compliance with the works requirements, specifications and quality standards,
(iii) assessment of works contractors in conjunction with the other members of the design team.
Show more Scope of the procurement
Estimated total value excluding VAT: EUR 500 000 💰
Description
Additional information:
“Establishment of a number of multi‐party framework agreements for architect led integrated design team services or individual disciplines in seven, lots as...”
Additional information
Establishment of a number of multi‐party framework agreements for architect led integrated design team services or individual disciplines in seven, lots as required to assist in the delivery of refurbishment, renovation, upgrades works, new build, re-adaptive and master planning works, and capital business case development — using the competitive procedure with negotiation.
4️⃣ Scope of the procurement
Title: Lot 4: M&E Services Engineering Services
Title
Lot Identification Number: 4
Description
Additional products/services: Mechanical engineering services📦
Additional products/services: Mechanical and electrical engineering services📦
Description of the procurement:
“Description of service:
(a) the M&E engineer shall provide the professional services in the area of mechanical and electrical engineering as necessary to...”
Description of the procurement
Description of service:
(a) the M&E engineer shall provide the professional services in the area of mechanical and electrical engineering as necessary to comply with the requirements of the tender specification and design brief, together with such post contract supervision as required to ensure satisfactory completion of the project;
(b) M&E services shall also include, inter alia, the following services:
(i) undertaking as part of the combined Stage 1 and 2a, of a comprehensive survey of all existing mechanical, electrical, and associated services and plant in their entirety to include all underground services associated with the proposed works. Surveys shall establish the condition of all existing plant and distribution, capacity to service refurbished areas, potential for energy savings, services rationalisation and the scope of required remedial works. Existing services drawings and safety files will be made available to assist with this survey but cannot be relied upon in terms of their accuracy or completeness;
(ii) prepare LEED/BREEAM or similar assessments as appropriate and required;
(iii) assist with undertaking appraisals in connection with maximising energy reduction and sustainability requirements;
(iv) prepare and make application for a Building Energy Rating (BER) Certificates as required;
(v) assist the quantity surveyor with advice on the budgeting and associated cost implications of M&E services during all project stages;
(vi) assessment of works contractors in conjunction with the other members of the design team.
Show more Scope of the procurement
Estimated total value excluding VAT: EUR 500 000 💰
Information about the limits on the number of candidates to be invited
Objective criteria for choosing the limited number of candidates:
“The procedure being utilised in this competition is the ‘Competitive Procedure with Negotiation’. This procedure has been chosen as the optimum procedure to...”
Objective criteria for choosing the limited number of candidates
The procedure being utilised in this competition is the ‘Competitive Procedure with Negotiation’. This procedure has been chosen as the optimum procedure to enable the assessment of innovative solutions (by analogy with the rules contained in Directive 2014/24/EU – Article 26). The procedure involves the following four stages:
1) A suitability assessment questionnaire used to assess the financial and technical competence for parties suitable for request for tender stage. There will be a shortlist of maximum of 5 (five) operators to be invited to the tender stage, or the maximum number of applications received if this number is not achieved;
2) Request for Tender (‘RFT’) stage and initial evaluation. After the tender stage 3 (three) operators will be awarded membership to the framework, if available from the maximum number received from the limits set in Stage 1 above;
3) Negotiation stage as may be necessary and appropriate. However, the contracting authority reserves the possibility to award the framework on the basis of initial tenders without negotiation. Should the contracting authority enter into formal negotiations, shortlisted tenderers will be invited to submit a Best and Final Offer;
4) Award of framework/contract phase where a decision is taken to award a framework or not as the case may be, followed by signing of a service contract.
5️⃣ Scope of the procurement
Title: Lot 5: Project Supervisor Design Process (PSDP) Services
Title
Lot Identification Number: 5
Description
Description of the procurement:
“(a) the PSDP shall perform all the duties of PSDP under the Health and Welfare at Work (Construction) Regulations 2013 (S.I. No 291 of 2013) and any...”
Description of the procurement
(a) the PSDP shall perform all the duties of PSDP under the Health and Welfare at Work (Construction) Regulations 2013 (S.I. No 291 of 2013) and any subsequent amendment thereto (the Construction Regulations) for the project comprising the works. Tenders shall include for performing all such duties associated with undertaking the role of PSDP;
(b) PSDP Services shall also include, inter alia, the following services:
(i) the PSDP will have responsibility for coordinating copying and circulating existing safety files including as built drawings, specifications and the like to the remainder of the design team for the purposes of progressing the design. The Institute will reimburse the PSDP for the cost of copying any hard copy files where electronic copies do not exist. The PSDP shall ensure that all information in relation to the works is fully assimilated into each existing safety file for individual buildings impacted by the works;
(ii) assessment of the overall completeness of the updated Safety Files in conjunction with the remainder of the design team and coordinating issue of same with the PSCS to the Institute;
(iii) assessment of works contractors in conjunction with other members of the design team and Estates Office with reference to competency to act as project supervisor construction stage.
Show more Scope of the procurement
Estimated total value excluding VAT: EUR 500 000 💰
Information about the limits on the number of candidates to be invited
Objective criteria for choosing the limited number of candidates:
“The procedure being utilised in this competition is the ‘Competitive Procedure with Negotiation’. This procedure has been chosen as the optimum procedure to...”
Objective criteria for choosing the limited number of candidates
The procedure being utilised in this competition is the ‘Competitive Procedure with Negotiation’. This procedure has been chosen as the optimum procedure to enable the assessment of innovative solutions (by analogy with the rules contained in Directive 2014/24/EU – Article 26). The procedure involves the following four stages;
1) A suitability assessment questionnaire used to assess the financial and technical competence for parties suitable for request for tender stage. There will be a shortlist of maximum of 5 (five) operators to be invited to the tender stage, or the maximum number of applications received if this number is not achieved;
2) Request for Tender (‘RFT’) stage and initial evaluation. After the tender stage 3 (three) operators will be awarded membership to the framework, if available from the maximum number received from the limits set in Stage 1 above;
3) Negotiation stage as may be necessary and appropriate. However, the contracting authority reserves the possibility to award the framework on the basis of initial tenders without negotiation. Should the Contracting Authority enter into formal negotiations, shortlisted tenderers will be invited to submit a Best and Final Offer;
4) Award of framework/contract phase where a decision is taken to award a framework or not as the case may be, followed by signing of a service contract.
(a) Responsible for the coordination, overseeing and ensuring the delivery of each element of the overall project in accordance with the requirements of the framework client, including in relation to time, cost and performance.
(i) advise on compliance of a project with the prevailing guidance under the public spending code and/or departmental guidelines;
(ii) oversee the use of the employer-designed procurement route for the delivery and structure of the procurement process to be pursued;
(iii) through all stages report to the framework client on the status of the project and obtain decisions required and inform the framework client of the consequences of delays in making decision;
(iv) initiate action in the event that any aspect of the project appears to be likely to fail to achieve the objectives of the framework client, public obligations, budget and programme. Agree suitable corrective action and monitor its implementation;
(v) overall management of the defects liability stage in conjunction with the design team leader in consultation with client.
Show more Scope of the procurement
Estimated total value excluding VAT: EUR 500 000 💰
Information about the limits on the number of candidates to be invited
Objective criteria for choosing the limited number of candidates:
“The procedure being utilised in this competition is the ‘Competitive Procedure with Negotiation’. This procedure has been chosen as the optimum procedure to...”
Objective criteria for choosing the limited number of candidates
The procedure being utilised in this competition is the ‘Competitive Procedure with Negotiation’. This procedure has been chosen as the optimum procedure to enable the assessment of innovative solutions (by analogy with the rules contained in Directive 2014/24/EU – Article 26). The procedure involves the following four stages;
1) A suitability assessment questionnaire used to assess the financial and technical competence for parties suitable for request for tender stage. There will be a shortlist of maximum of 5 (five) operators to be invited to the tender stage, or the maximum number of applications received if this number is not achieved;
2) Request for Tender (‘RFT’) stage and initial evaluation. After the tender stage 3 (three) operators will be awarded membership to the framework, if available from the maximum number received from the limits set in Stage 1 above;
(3) Negotiation stage as may be necessary and appropriate. However, the contracting authority reserves the possibility to award the framework on the basis of initial tenders without negotiation. Should the contracting authority enter into formal negotiations, shortlisted tenderers will be invited to submit a Best and Final Offer.
Architect led integrated design team including civil and structural engineering services, quantity surveying services, M&E engineering services, PSDP, project management services.
(a) the architect will be the design team leader (unless noted otherwise at mini-competition stage or cascade stage);
b) the architect will be required to provide all of the professional architectural services, including specialist skills of quantity surveying services, mechanical and electrical quantity surveying services (MEQS), civil/structural engineering services, M&E services engineering services, project supervisor design process (PSDP) services and project management as necessary to comply with the requirements of each design brief including all post contract supervision as necessary to ensure the satisfactory completion of the project(s).
(c) Architectural Services shall also include, inter alia, the following services:
(i) the preparation, submission and securing, where practicable, of all statutory approvals as may be required including:
(a) disability access certificates;
(b) planning certificates; and
(c) fire certificates.
The institute will pay all local authority fees and contributions associated with obtaining required statutory approvals, and where asking the consultant to do so will reimburse the consultant accordingly.
(ii) unless otherwise nominated the architect will provide all of the services associated with the Assigned Certifier under the Building Control (Amendment) Regulations 2014 and will provide the design certificate(s) associated with same;
(iii) all landscaping and planting design;
(iv) preparation, assessment and recommendation of works contractors and tenders in conjunction with the other members of the design team and client.
Show more Scope of the procurement
Estimated total value excluding VAT: EUR 2 000 000 💰
Information about the limits on the number of candidates to be invited
Objective criteria for choosing the limited number of candidates:
“The procedure being utilised in this competition is the ‘Competitive Procedure with Negotiation’. This procedure has been chosen as the optimum procedure to...”
Objective criteria for choosing the limited number of candidates
The procedure being utilised in this competition is the ‘Competitive Procedure with Negotiation’. This procedure has been chosen as the optimum procedure to enable the assessment of innovative solutions (by analogy with the rules contained in Directive 2014/24/EU – Article 26). The procedure involves the following four stages:
1) A suitability assessment questionnaire used to assess the financial and technical competence for parties suitable for request for tender stage. There will be a shortlist of maximum of 5 (five) operators to be invited to the tender stage, or the maximum number of applications received if this number is not achieved;
2) Request for Tender (‘RFT’) stage and initial evaluation. After the tender stage 3 (three) operators will be awarded membership to the framework, if available from the maximum number received from the limits set in Stage 1 above;
3) Negotiation stage as may be necessary and appropriate. However, the contracting authority reserves the possibility to award the framework on the basis of initial tenders without negotiation. Should the contracting authority enter into formal negotiations, shortlisted tenderers will be invited to submit a Best and Final Offer.
Procedure Type of procedure
Competitive procedure with negotiation
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: 3
Information about reduction of the number of solutions or tenders during negotiation or dialogue
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated
Information about negotiation
The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations
Administrative information
Time limit for receipt of tenders or requests to participate: 2021-04-19
12:00 📅
Estimated date of dispatch of invitations to tender or to participate to selected candidates: 2021-05-31 📅
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: 12
Complementary information Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
Additional information
Please refer to project information memorandum for further details.
Review body
Name: High Court
Postal address: Four Courts
Postal town: Dublin
Country: Ireland 🇮🇪
Phone: +353 18886000📞
E-mail: highcourtcentraloffice@courts.ie📧
URL: www.courts.ie🌏
Source: OJS 2021/S 055-138130 (2021-03-16)
Additional information (2021-04-03) Object Scope of the procurement
Short description:
“Establishment of a number of multi‐party framework agreements for architect led integrated design team services or individual disciplines in 7 lots as...”
Short description
Establishment of a number of multi‐party framework agreements for architect led integrated design team services or individual disciplines in 7 lots as required using the competitive procedure with negotiation.
Complementary information Original notice reference
Notice number in the OJ S: 2021/S 055-138130
Changes Text to be corrected in the original notice
Section number: IV.2.2)
Place of text to be modified: Time limit for receipt of tenders or requests to participate
Old value
Date: 2021-04-19 📅
Time: 12:00
New value
Date: 2021-04-26 📅
Time: 12:00
Other additional information
“GMIT Multi Operator Framework Agreement Design Team Services 2021 (Response deadline (Irish time): 26 April 2021 12.00)”
Source: OJS 2021/S 068-174095 (2021-04-03)
Contract award notice (2022-02-14) Contracting authority Name and addresses
Postal code: 00000
Object Scope of the procurement
Short description:
“Establishment of a number of Multi‐Party Framework Agreements for Architect Led Integrated Design Team Services or Individual Disciplines In 7 Lots as...”
Short description
Establishment of a number of Multi‐Party Framework Agreements for Architect Led Integrated Design Team Services or Individual Disciplines In 7 Lots as required using the Competitive Procedure with Negotiation.
Show more
Total value of the procurement (excluding VAT): EUR 7 000 000 💰
Information about lots
This contract is divided into lots ✅ Scope of the procurement
Title: Lot 1 Architectural Design Services including Specialist Skills
Description
Main site or place of performance: Galway and Mayo
Description of the procurement:
“Lot 1: Architectural Design Services including Specialist Skills of Fire Engineering Design Services, Landscape Architectural Design Services, Sports Pitch...”
Description of the procurement
Lot 1: Architectural Design Services including Specialist Skills of Fire Engineering Design Services, Landscape Architectural Design Services, Sports Pitch Design, Planning Consultancy Services, Environmental Consultancy Services, Archaeological Services and Conservation Architectural Design Services, Acoustic Consultancy Services. Description of Service:
a) The Architect will be the design team leader (unless noted otherwise at mini-competition stage or cascade stage).
b) The Architect will be required to provide all of the professional architectural services, including specialist skills of Fire Engineering Design Services, Landscape Architectural Design Services, Sports Pitch Design, Planning Consultancy Services, Environmental Consultancy Services, Archaeological Services and Conservation Architectural Design Services, Acoustic Consultancy Services, Traffic, Transportation, Bridge Consultancy as necessary to comply with the requirements of each Design Brief including all post contract supervision as necessary to ensure the satisfactory completion of the project(s).
c) Architectural Services shall also include, inter alia, the following services:
i. The preparation, submission and securing, where practicable, of all statutory approvals as may be required including: (a) Disability Access Certificates; (b) Planning Certificates; and (c) Fire Certificates. The Institute will pay all Local Authority Fees & Contributions associated with obtaining required statutory approvals, and where asking the consultant to do so will re imburse the consultant accordingly
ii. Unless otherwise nominated the Architect will provide all of the services associated with the Assigned Certifier under the Building Control (Amendment) Regulations 2014 and will provide the Design Certificate(s) associated with same.
iii. All landscaping and planting design.
iv. Preparation, assessment and recommendation of Works Contractors and tenders in conjunction with the other members of the design team and Client.
Show more Award criteria
Quality criterion (name): A Statement of Design Approach & Proposed Methodology
Quality criterion (weighting): 35
Quality criterion (name): Effective Management
Quality criterion (weighting): 15
Quality criterion (name): Risks
Quality criterion (weighting): 5
Quality criterion (name): Resources
Quality criterion (weighting): 20
Quality criterion (name): Programme
Cost criterion (name): Ultimate Cost
Cost criterion (weighting): 20
Description
Additional information:
“Establishment of a number of Multi‐Party Framework Agreements For Architect Led Integrated Design Team Services or Individual Disciplines In 7 Lots As...”
Additional information
Establishment of a number of Multi‐Party Framework Agreements For Architect Led Integrated Design Team Services or Individual Disciplines In 7 Lots As Required To Assist In The Delivery Of Refurbishment, Renovation, Upgrades Works, New Build, Re-Adaptive And Master Planning Works, And Capital Business Case Development - Using The Competitive Procedure With Negotiation.
Show more Scope of the procurement
Title: Lot 2 Quantity Surveying Services including Specialist Skills MEQS
Description
Description of the procurement:
“Quantity Surveying Services including Specialist Skills of Mechanical and Electrical Quantity Surveying Services (MEQS). Description of Service:
a) Quantity...”
Description of the procurement
Quantity Surveying Services including Specialist Skills of Mechanical and Electrical Quantity Surveying Services (MEQS). Description of Service:
a) Quantity Surveying Services shall include all the professional services in the area of Quantity Surveying as necessary to comply with the requirements of the Tender Documentation and Design Brief, together with such post contract supervision as required to ensure the satisfactory completion of the project.
b) Quantity Surveying Services shall also include, inter alia, the following services:
i. The provision of full cost planning, value engineering and budget management Services. The Tender Pricing Document will incorporate full Bills of Quantities or Pricing Schedule associated with all M&E Services. The Quantity Surveyor will be required to exercise full responsibility for all pre and post contract cost control and final account settlement associated with all specialist works including M&E Services.
ii. Assessment of Works Contractors in conjunction with the other members of the design team.
Show more Award criteria
Quality criterion (name): Risk
Scope of the procurement
Title: Lot 3 Civil/Structural Engineering Services
Description
Description of the procurement:
“Description of Service:
a) The Civil/Structural Engineer shall provide the professional services in the area of Civil/Structural engineering as necessary to...”
Description of the procurement
Description of Service:
a) The Civil/Structural Engineer shall provide the professional services in the area of Civil/Structural engineering as necessary to comply with the requirements of the Tender Specification and Design Brief, together with such post contract supervision as required to ensure satisfactory completion of the project.
b) Structural Engineering Services shall also include, inter alia, the following services:
i. The procurement assistance, supervision, reporting and dissemination of site investigations, structural/dimensional surveys and the like as necessary for the design and construction of the proposed works. The Institute will pay the costs of associated specialist contractors/surveys and related exploratory/intrusive investigations and opening up as required.
ii. Such additional engineering presence on site during critical structural activities and stages as necessary to ensure full compliance with the works requirements, specifications and quality standards.
iii. Assessment of Works Contractors in conjunction with the other members of the design team.
Show more
Additional information:
“Establishment of a number of Multi‐Party Framework Agreements For Architect Led Integrated Design Team Services or Individual Disciplines In 7 Lots as...”
Additional information
Establishment of a number of Multi‐Party Framework Agreements For Architect Led Integrated Design Team Services or Individual Disciplines In 7 Lots as required to assist in the delivery of Refurbishment, Renovation, Upgrades Works, New Build, Re-Adaptive And Master Planning Works, And Capital Business Case Development - Using The Competitive Procedure With Negotiation.
Show more Scope of the procurement
Title: Lot 4 M&E Services Engineering Services
Description
Description of the procurement:
“Description of Service:
a) The M&E Engineer shall provide the professional services in the area of Mechanical and Electrical engineering as necessary to...”
Description of the procurement
Description of Service:
a) The M&E Engineer shall provide the professional services in the area of Mechanical and Electrical engineering as necessary to comply with the requirements of the Tender Specification and Design Brief, together with such post contract supervision as required to ensure satisfactory completion of the project.
b) M&E Services shall also include, inter alia, the following services:
i. Undertaking as part of the combined Stage 1 and 2a, of a comprehensive survey of all existing mechanical, electrical, and associated services and plant in their entirety to include all underground services associated with the proposed works. Surveys shall establish the condition of all existing plant and distribution, capacity to service refurbished areas, potential for energy savings, services rationalisation and the scope of required remedial works. Existing services drawings and safety files will be made available to assist with this survey but cannot be relied upon in terms of their accuracy or completeness.
ii. Prepare LEED/BREEAM or similar assessments as appropriate and required.
iii. Assist with undertaking appraisals in connection with maximising energy reduction and sustainability requirements.
iv. Prepare and make application for a Building Energy Rating (BER) Certificates as required.
v. Assist the Quantity Surveyor with advice on the budgeting and associated cost implications of M&E services during all project stages.
vi. Assessment of Works Contractors in conjunction with the other members of the design team.
Show more Scope of the procurement
Title: Lot 5 Project Supervisor Design Process (PSDP) Services
Description
Description of the procurement:
“a) The PSDP shall perform all the duties of PSDP under the Health and Welfare at Work (Construction) Regulations 2013 (S.I. No. 291 of 2013) and any...”
Description of the procurement
a) The PSDP shall perform all the duties of PSDP under the Health and Welfare at Work (Construction) Regulations 2013 (S.I. No. 291 of 2013) and any subsequent amendment thereto (the Construction Regulations) for the project comprising the works. Tenders shall include for performing all such duties associated with undertaking the role of PSDP.
b) PSDP Services shall also include, inter alia, the following services:
i. The PSDP will have responsibility for coordinating copying and circulating existing Safety Files including as built drawings, specifications and the like to the remainder of the design team for the purposes of progressing the design. The Institute will reimburse the PSDP for the cost of copying any hard copy files where electronic copies do not exist. The PSDP shall ensure that all information in relation to the Works is fully assimilated into each existing Safety File for individual Buildings impacted by the works.
ii. Assessment of the overall completeness of the updated Safety Files in conjunction with the remainder of the design team and coordinating issue of same with the PSCS to the Institute.
ii. Assessment of Works Contractors in conjunction with other members of the design team and Estates Office with reference to competency to act as Project Supervisor Construction Stage.
Show more Award criteria
Quality criterion (name): Methodology
Quality criterion (weighting): 10
Quality criterion (weighting): 25
Procedure Information about framework agreement
The procurement involves the establishment of a framework agreement
Administrative information
Previous publication concerning this procedure: 2021/S 055-138130
Award of contract
1️⃣
Contract Number: 1
Title: Lot 1 Architectural Design Services including Specialist Skills
Date of conclusion of the contract: 2022-01-25 📅
Information about tenders
Number of tenders received: 5
Number of tenders received from SMEs: 5
Number of tenders received from tenderers from other EU Member States: 1
Number of tenders received by electronic means: 5
The contract has been awarded to a group of economic operators ✅ Name and address of the contractor
Name: Taylor McCarney Architects
National registration number: 268948
Postal address: Breaffy Road, Castlebar, Co Mayo
Postal town: Castlebar
Country: Ireland 🇮🇪
Phone: +353 949021988📞
E-mail: info@taylormccarney.ie📧
Region: West🏙️
URL: https://www.taylormccarneyarchitects.ie🌏
The contractor is an SME ✅
Name: VHA (Architecture, Planning & Conservation Services)
National registration number: 354495
Postal address: Abbey Street, Sligo
Postal town: Sligo
Phone: +353 91483934📞
E-mail: info@vha.ie📧
Region: Northern and Western🏙️
URL: https://vha.ie/🌏
Name: Hamilton Architects
Postal address: Hamilton House 3 Joy Street
Postal town: Belfast
Postal code: BT2 8LE
Country: United Kingdom 🇬🇧
Phone: +44 02890334250📞
E-mail: paul.millar@hamiltonarchitects.co.uk📧
Region: Belfast 🏙️
URL: https://www.hamiltonarchitects.co.uk🌏 Information on value of the contract/lot (excluding VAT)
Estimated total value of the contract/lot: EUR 2 000 000 💰
Total value of the contract/lot: EUR 2 000 000 💰
2️⃣
Contract Number: 2
Title: Lot 2 Quantity Surveying Services including Specialist Skills MEQS
Date of conclusion of the contract: 2022-01-26 📅
Information about tenders
Number of tenders received: 4
Number of tenders received from SMEs: 4
Number of tenders received by electronic means: 4
Name and address of the contractor
Name: Duke McCaffrey Consulting Limited
National registration number: 573180
Postal address: 24 Baggot Street Lower,
Postal town: Dublin 2
Postal code: D02 EW26
Phone: +353 015677300📞
E-mail: info@dukemccaffrey.ie📧
Region: Dublin🏙️
URL: https://dukemccaffrey.ie/🌏
Name: Patrick J. Tobin & Co. Ltd. T/A TOBIN Consulting Engineers
National registration number: 42654
Postal address: Fairgreen House, Fairgreen Road
Postal town: Galway
Phone: +353 91565211📞
E-mail: info@tobin.ie📧
URL: https://www.tobinconsultingengineers.com/🌏
Name: James Sammon & Company (Ireland) Ltd t/a SAMMON
Postal address: Bogay, Letterkenny. Co Donegal
Postal town: Donegal
Postal code: F92 E1WN
Phone: +44 04871271323📞
E-mail: a.sammon@sammon.eu📧
Region: Border🏙️
URL: https://www.sammon.eu/🌏 Information on value of the contract/lot (excluding VAT)
Estimated total value of the contract/lot: EUR 500 000 💰
Total value of the contract/lot: EUR 500 000 💰
3️⃣
Contract Number: 3
Title: Lot 3 Civil/Structural Engineering Services
Information about tenders
Number of tenders received: 3
Number of tenders received from SMEs: 3
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: 3
Name and address of the contractor
Postal address: Fairgreen House, Fairgreen Road, Galway
Name: Malachy Walsh and Partners
National registration number: 133445
Postal address: Park House, Mahon, Bessboro Road, Blackrock, Cork
Postal town: Cork
Postal code: T12X251
Phone: +353 214536400📞
E-mail: info@mwp.ie📧
Region: Southern🏙️
URL: https://www.mwp.ie🌏
Name: CHH Consulting Engineers
Postal address: Innishfree House, 44/45 High Street Co Sligo
Phone: +353 719161844📞
E-mail: info@chh.ie📧
URL: https://chh.ie🌏 Information on value of the contract/lot (excluding VAT)
Estimated total value of the contract/lot: EUR 500 000 💰
Total value of the contract/lot: EUR 500 000 💰
4️⃣
Contract Number: 4
Title: Lot 4 M&E Services Engineering Services
Information about tenders
Number of tenders received from tenderers from non-EU Member States: 1
Name and address of the contractor
Name: IN2 Engineering Design Partnership
Postal address:
“Unit E&F Mount Pleasant Business Centre Upper Mount Pleasant Avenue Dublin D06 N5P8”
Postal town: Dublin
Postal code: D06 N5P8
Phone: +353 014960900📞
E-mail: info@in2.ie📧
URL: https://in2.ie/🌏
Name: Delap & Waller Limited
National registration number: NI 21174
Postal address: 12 Antrim Technology Park Belfast Road, Antrim
Postal town: Antrim
Postal code: NI 21174
Phone: +353 015355900📞
E-mail: michael@delapandwaller.com📧
URL: https://www.delapandwaller.com🌏
Name: Bennett Freehill LLP
National registration number: NC001638
Postal address: 380C Belmont Road, Belfast,
Postal code: BT4 2NF
Phone: +44 2890760050📞
E-mail: info@bennettfreehill.com📧
URL: https://bennettfreehill.com/🌏 Information on value of the contract/lot (excluding VAT)
Estimated total value of the contract/lot: EUR 500 000 💰
Total value of the contract/lot: EUR 500 000 💰
5️⃣
Contract Number: 5
Title: Lot 5 Project Supervisor Design Process (PSDP) Services
Date of conclusion of the contract: 2021-12-07 📅
Information about tenders
Number of tenders received: 1
Number of tenders received from SMEs: 1
Number of tenders received by electronic means: 1
Information on value of the contract/lot (excluding VAT)
Estimated total value of the contract/lot: EUR 500 000 💰
Total value of the contract/lot: EUR 500 000 💰
6️⃣
Contract Number: 6
Title: Lot 6 Project Management
Date of conclusion of the contract: 2022-02-08 📅
Name and address of the contractor
Name: MKO McCarthy Keville O'Sullivan Limited
National registration number: 462657
Postal address: Tuam Road, Galway
Phone: +353 91735611📞
E-mail: info@mkoireland.ie📧
URL: https://mkoireland.ie/🌏
Name: Rogerson Reddan & Associates Ltd.
Postal address: 78 Haddington Road, Dublin 4
Postal code: 4
Phone: +353 016609155📞
E-mail: manager@rra.ie📧
URL: http://www.rra.ie🌏
Name: Cogent Project & Cost Management Limited t/a Cogent Associates
National registration number: 303322
Postal address: Hyde House, 65 Adelaide Road
Postal code: D02 N446
Phone: +353 016344850📞
E-mail: info@cogentassociates.ie📧
URL: https://www.cogentassociates.ie🌏 Information on value of the contract/lot (excluding VAT)
Estimated total value of the contract/lot: EUR 1 000 000 💰
Total value of the contract/lot: EUR 1 000 000 💰
7️⃣
Contract Number: 7
Title: Lot 7 Architect Led Integrated Design Team
Information on non-award
No tenders or requests to participate were received or all were rejected
Complementary information Additional information
“It is anticipated that Lot 7 will be re-advertised under a separate competition.” Review procedure
Precise information on deadline(s) for review procedures: Please refer to your solicitor
Source: OJS 2022/S 035-090240 (2022-02-14)