Directive 2014/24/EU
Section I: Contracting authority
I.2)Joint procurement
I.3)Communication
Additional information can be obtained from 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:
Future Campus – University College Dublin International Design Competition
Reference number: UCDOPP886
II.1.2)Main CPV code
71220000
II.1.3)Type of contract
Services
II.1.4)Short description:
University College Dublin (UCD) is seeking to appoint an outstanding integrated multidisciplinary design team to create a new Entrance Precinct Masterplan for the UCD campus and to design a charismatic new building that expresses the University’s creativity – the Centre for Creative Design.
The Future Campus – University College Dublin International Design Competition focuses on enhancing and enlivening the University's campus.
The Entrance Precinct Masterplan will guide future development, creating a strong urban design vision that foregrounds a highly-visible and welcoming entrance precinct, one combining placemaking with a stronger physical presence and identity for UCD. The Centre for Creative Design is conceived as a charismatic new building that expresses UCD’s creativity – a making and learning lab – the Centre for Creative Design. The total value of the building is circa EUR 48 000 000 (including VAT and professional fees).
II.1.5)Estimated total value
Value excluding VAT: 4 250 000.00 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)
71000000
71200000
71410000
71420000
II.2.3)Place of performance
NUTS code: IE061
II.2.4)Description of the procurement:
The procurement is a 2 stage competition run under the Restricted Procedure. UCD is seeking creative multidisciplinary teams organised under a lead consultant and including expertise in architecture, masterplanning, urban design, landscape, sustainability, engineering and transport planning. It is anticipated that the lead consultant will be either an architect or a masterplanner. UCD is a progressive patron and is keen to encourage both established and emerging talent.
At the first stage of the Competition, 5 competitors will be shortlisted on the basis of the selection criteria set out in the Search Statement.
At Stage 2, teams will be invited to propose additional consultancy including, but not limited to planning, lighting design, wayfinding and accessibility. In addition, international teams will be expected to propose an executive team which must be based in Ireland for the duration of the contract. These additional consultants will be assessed at Stage 2, on quality and integration into the design team, including the requirement to pass minimum qualification standards.
For further information, please refer to the procurement documents, available to download here: https://competitions.malcolmreading.com/universitycollegedublin.
The estimated total value of the contract is EUR 4 250 000 — however please note this is an indicative figure only.
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: 4 250 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Start: 01/10/2018
End: 30/09/2021
This contract is subject to renewal: no
II.2.9)Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
Objective criteria for choosing the limited number of candidates:
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: no
II.2.14)Additional information
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:
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
Execution of the service is reserved to a particular profession
Reference to the relevant law, regulation or administrative provision:
UCD is seeking creative multidisciplinary teams organised under a lead consultant and including expertise in architecture, masterplanning, urban design, landscape, sustainability, engineering and transport planning. It is anticipated that the lead consultant will be either an architect or a masterplanner.
At Stage 2, teams will be invited to propose additional consultancy including, but not limited to planning, lighting design, wayfinding and accessibility. In addition, international teams will be expected to propose an executive team which must be based in Ireland for the duration of the contract. These additional consultants will be assessed at Stage 2, on quality and integration into the design team, including the requirement to pass minimum qualification standards.
III.2.2)Contract performance conditions:
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
Restricted procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
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: 26/03/2018
Local time: 14:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date: 12/04/2018
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: 12 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about electronic workflows
VI.3)Additional information:
VI.4)Procedures for review
VI.4.1)Review body
The High Court Four Court, Inns Quay 7
Dublin
Ireland
VI.4.2)Body responsible for mediation procedures
The High Court Four Court, Inns Quay 7
Dublin
Ireland
VI.4.3)Review procedure
VI.4.4)Service from which information about the review procedure may be obtained
The High Court Four Court, Inns Quay 7
Dublin
Ireland
VI.5)Date of dispatch of this notice:
20/02/2018