Directive 2014/24/EU
Section I: Contracting authority
I.2)Information about joint procurementThe contract is awarded by a central purchasing body
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 authorityMinistry or any other national or federal authority, including their regional or local subdivisions
I.5)Main activityGeneral public services
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Request for Tenders for the Provision of Condition Surveys for the Courts Service
Reference number: PCE107C
II.1.2)Main CPV code71000000
II.1.3)Type of contractServices
II.1.4)Short description:
The Courts Service operates out of approximately 110 buildings located in 26 counties in Ireland. The Courts Service wishes to undertake a comprehensive on site condition survey of 67 courthouse buildings in its estate. The properties to be surveyed comprise mainly of historic buildings dating from the 1800's. The survey of each building will assess the condition of the building fabric, the condition of its M+E services and compliance with relevant statutory requirements. The survey will further identify works required to meet backlog and ongoing maintenance requirements and develop a corecast for a multi annual planned maintenance programme.
II.1.5)Estimated total valueValue excluding VAT: 900 000.00 EUR
II.1.6)Information about lotsThis contract is divided into lots: no
II.2)Description
II.2.1)Title:
II.2.2)Additional CPV code(s)71311000
71312000
71324000
71334000
71500000
II.2.3)Place of performanceNUTS code: IE
Main site or place of performance:
II.2.4)Description of the procurement:
The Courts Service operates out of approximately 110 buildings located in 26 counties in Ireland. The Courts Service wishes to undertake a comprehensive on site condition survey of 67 courthouse buildings in its estate. The properties to be surveyed comprise mainly of historic buildings dating from the 1800's. The survey of each building will assess the condition of the building fabric, the condition of its M+E services and compliance with relevant statutory requirements. The survey will further identify works required to meet backlog and ongoing maintenance requirements and develop a corecast for a multi annual planned maintenance programme.
II.2.5)Award criteriaCriteria below
Quality criterion - Name: Proposed team / Weighting: 300
Quality criterion - Name: Quality of proposed services / Weighting: 300
Quality criterion - Name: Project management / Weighting: 100
Cost criterion - Name: Cost / Weighting: 300
II.2.6)Estimated valueValue excluding VAT: 900 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 36
This contract is subject to renewal: yes
Description of renewals:
Two possible 12 month renewals.
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: no
II.2.12)Information about electronic catalogues
II.2.13)Information about European Union fundsThe 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 registersList and brief description of conditions:
Please refer to the Request for Tender documents associated with the notice published on www.etenders.gov.ie (RFT #134387).
III.1.2)Economic and financial standingSelection criteria as stated in the procurement documents
III.1.3)Technical and professional abilitySelection 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:
Please refer to the Request for Tender documents associated with the notice published on www.etenders.gov.ie (RFT #134387).
III.2.3)Information about staff responsible for the performance of the contract
Section IV: Procedure
IV.1)Description
IV.1.1)Type of procedureOpen 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 participateDate: 09/07/2018
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 tenderDuration in months: 6 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tendersDate: 09/07/2018
Local time: 12:00
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.2)Information about electronic workflows
VI.3)Additional information:
Please refer to the Request for Tender documents associated with the notice published on www.etenders.gov.ie (RFT #134387).
VI.4)Procedures for review
VI.4.1)Review bodyThe High Court of Ireland
Dublin 1
Ireland
Telephone: +353 18886000
VI.4.2)Body responsible for mediation procedures
VI.4.3)Review procedurePrecise information on deadline(s) for review procedures:
Please consult your own legal advisers.
VI.4.4)Service from which information about the review procedure may be obtained
VI.5)Date of dispatch of this notice:01/06/2018