Directive 2014/24/EU
Section I: Contracting authority
I.2)Joint procurement
I.3)Communication
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted to the abovementioned address
I.4)Type of the contracting authority
Body governed by public law
I.5)Main activity
Education
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Appointment of Construction Consultancy Team and Establish Single Source Framework for Upgrade Works to Existing Kane Science Building.
Reference number: 170630 UCC Kane Building
II.1.2)Main CPV code
71000000
II.1.3)Type of contract
Services
II.1.4)Short description:
The Kane Science Building is 46 years old having been opening in 1971. It is clearly in need of a major refurbishment both in terms of facilities provided and in terms of the building fabric comprising a combination of Cladding, Glazing /Windows. Concrete repairs and other associated works.
The construction consultancy services required to carry out the Contract will be procured on the basis of an Architect Lead single design team appointment.
The team are required to provide the full range of consultancy services for the delivery of the Contract including but not limited to the following:
1. Architectural Services (including DAC and Planning);
2. Civil/Structural and Fire Engineering Services;
3. Mechanical and Electrical Engineering Services;
4. Project Supervisor Design Process (PSDP);
5. Quantity Surveying Services.
This Tender is also to establish a single supplier framework of Construction Consultancy Team for the Upgrade of the Existing Kane Science Building.
II.1.5)Estimated total value
Value excluding VAT: 1 800 000.00 EUR
II.1.6)Information about lots
This contract is divided into lots: no
II.2)Description
II.2.1)Title:
II.2.2)Additional CPV code(s)
71200000
71240000
71300000
71311000
71317100
71317210
71320000
71321000
71324000
71334000
II.2.3)Place of performance
NUTS code: IE
Main site or place of performance:
II.2.4)Description of the procurement:
The Kane Science Building is 46 years old having been opening in 1971. It was an important and substantial addition to the University building stock at that time. However, it is clearly in need of a major refurbishment both in terms of facilities provided and in terms of the building fabric. Some internal improvements have been undertaken in recent years to undergraduate and research laboratories with funding being secured from the Higher Education Authority under the Devolved Grant for Summer Projects and under the Research Facilities Enhancement Scheme (RFES). The Existing Kane Science Building is c. 11 844 m2. The proposed works that form part of this commission are Refurbishment of the existing Physics and Chemistry laboratories to bring them to a standard and environment which would be akin to working in a typical industrial laboratory environment. Upgraded of non-wet laboratory areas such as computer centre/engineering ,campus kitchen, toilets, corridors and common areas. Develop a Strategy for upgrade of existing façade including a new Outer Skin façade comprising a combination of Cladding, Glazing /Windows. Concrete repairs and other associated works.
The construction consultancy services required to carry out the Contract will be procured on the basis of an Architect Lead single design team appointment.
The team are required to provide the full range of consultancy services for the delivery of the Contract including but not limited to the following:
1. Architectural Services (including DAC and Planning);
2. Civil/Structural and Fire Engineering Services;
3. Mechanical and Electrical Engineering Services;
4. Project Supervisor Design Process (PSDP);
5. Quantity Surveying Services.
This Tender is also to establish a single supplier framework of Construction Consultancy Team for the Upgrade of the Existing Kane Science Building to whom specific contracts may be awarded on an exclusive basis based on the terms of a framework agreement.
II.2.5)Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
Value excluding VAT: 1 800 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: no
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: no
II.2.12)Information about electronic catalogues
II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: yes
Identification of the project: Future Phases of this project may be financed by EU Funds.
II.2.14)Additional information
Refer to Tender Information memorandum and other tender documents.
Section III: Legal, economic, financial and technical information
III.1)Conditions for participation
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
Refer to Tender Information memorandum and other tender documents.
III.1.2)Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3)Technical and professional ability
Selection criteria as stated in the procurement documents
III.1.5)Information about reserved contracts
III.2)Conditions related to the contract
III.2.1)Information about a particular profession
III.2.2)Contract performance conditions:
Refer to Tender Information memorandum and other tender documents.
III.2.3)Information about staff responsible for the performance of the contract
Section IV: Procedure
IV.1)Description
IV.1.1)Type of procedure
Open procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with a single operator
IV.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogue
IV.1.6)Information about electronic auction
IV.1.8)Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: yes
IV.2)Administrative information
IV.2.1)Previous publication concerning this procedure
IV.2.2)Time limit for receipt of tenders or requests to participate
Date: 11/08/2017
Local time: 12:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4)Languages in which tenders or requests to participate may be submitted:
English
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
Duration in months: 6 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tenders
Date: 11/08/2017
Local time: 12:00
Place:
Refer to Tender Information memorandum and other tender documents.
Section VI: Complementary information
VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3)Additional information:
Refer to Tender Information memorandum and other tender documents.
VI.4)Procedures for review
VI.4.1)Review body
University College Cork
Capital Projects Office, Building & Estates
Cork
Ireland
Telephone: +353 214903635
E-mail: MjEwWWZlajZrWVkkX1s=
Fax: +353 214903104
VI.4.2)Body responsible for mediation procedures
University College Cork
Capital Projects Office, Building & Estates
Cork
Ireland
Telephone: +353 214903635
E-mail: MTNgbWxxPXJgYCtmYg==
Fax: +353 214903104
VI.4.3)Review procedure
VI.4.4)Service from which information about the review procedure may be obtained
University College Cork
Capital Projects Office, Building & Estates
Cork
Ireland
Telephone: +353 214903635
E-mail: MTlaZ2ZrN2xaWiVgXA==
Fax: +353 214903104
VI.5)Date of dispatch of this notice:
30/06/2017