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:
Single Point Design Team Services for a new Student Accommodation Development at Trinity Hall, Dartry
Reference number: TCD-18-16 Trinity Hall SPDT
II.1.2)Main CPV code
71220000
II.1.3)Type of contract
Services
II.1.4)Short description:
Trinity College Dublin, the University of Dublin, invites suitably qualified firms to pre-qualify for Single point design team services (“SPDT”) including other services, to successfully develop a new student accommodation building, of approximately 300 bed-spaces and associated works, at Trinity’s grounds in Dartry. It is not decided by Trinity whether the project will be designed by the contractor or the employer, or if it will be procured under a design-build-finance arrangement.
II.1.5)Estimated total value
Value excluding VAT: 600 000.00 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
71221000
71250000
71251000
71311000
71312000
71313000
71321000
71322000
71400000
71420000
II.2.3)Place of performance
NUTS code: IE061
Main site or place of performance:
II.2.4)Description of the procurement:
Trinity College Dublin, the University of Dublin, invites suitably qualified firms to pre-qualify for Single point design team services (“SPDT”) including other services, to successfully develop a new student accommodation building, of approximately 300 bed-spaces and associated works, at Trinity’s grounds in Dartry. In parallel with this completion, there is currently a request to participate issued for Project management and quantity surveying services (“PMQS”) for the same goal. This project may be developed via the new Strategic housing development scheme. Although Trinity will use suitable GCCC contracts, it is not decided by Trinity whether the project will be designed by the contractor or the employer, or if it will be procured under a design-build-finance arrangement. If it is to be a contractor-led design, Trinity will require the PMQS to advise on novation/technical advisory services, and the SPDT to support this investigation and report. Due to the planning history in the area, the SPDT commission must be able to cope with any planning delays, in being flexible enough to go into a mode that suits the waiting periods, and then re-start to completion or termination. It is also possible that this project will be referred directly to An Bord Pleanála under the new Planning and development (Strategic housing development) Regulations 2017 (aka Strategic housing development system) and the SDPT commission must be able to deal with that scenario.
The SPDT will comprise, inter-alia concept leadership, Architectural design, Landscape design, M&E and building services, Environmental design, Civil and structural engineering, Fire design, Assisting legal teams (to be employed by TCD), Acoustic specialists, Planning specialists, Design Certification under BCAR, Construction Informatics Coordinator, Conservation specialist, Archaeologist, Resident Engineer services on site (100 % FTE during all site works + 1 month before start on site and 1 month after SC).
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: 600 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Start: 13/07/2018
End: 18/06/2021
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: 6
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:
As per the SAQ docuemnts.
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:
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: 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
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.4.2)Body responsible for mediation procedures
VI.4.3)Review procedure
VI.4.4)Service from which information about the review procedure may be obtained
VI.5)Date of dispatch of this notice:
22/02/2018