Legal Basis:
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 activityOther activity: Energy
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Architectural Consultancy Services for the Provision of a CAT B Fitout at Three Park Place, Hatch Street, Dublin 2
II.1.2)Main CPV code71000000
II.1.3)Type of contractServices
II.1.4)Short description:
SEAI will relocate their current offices from Wilton Place to in Three Park Place, Hatch Street, Dublin 2. The building, under development by the Clancourt Group, totals c. 16 000 sq. m of which SFI will be occupying c. 2 500 sq. m (NIA), which is split between the 3rd and 4th Floors. The Landlord is Clancourt Developments, who will fit out the demise to a CAT A finish with incoming tenants required to deliver the tenant CAT B. Other tenants include the IDA and SFI. SEAI is seeking the services of an architect to support the delivery of a best in class facility that meets design and cost criteria to the required CAT B specification. Specifically SEAI will need to be fully operational in its new headquarters no later than late September 2019. The lease at the existing premises in Wilton Terrace expires on 31.10.2019.
II.1.5)Estimated total valueValue excluding VAT: 200 000.00 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)71220000
71221000
II.2.3)Place of performanceNUTS code: IE061
Main site or place of performance:
Three Park Place, Hatch Street, Dublin 2
II.2.4)Description of the procurement:
SEAI will relocate their current offices from Wilton Place to in Three Park Place, Hatch Street, Dublin 2. The building, under development by the Clancourt Group, totals c. 16 000 sq. m of which SFI will be occupying c. 2 500 sq. m (NIA), which is split between the 3rd and 4th Floors. The Landlord is Clancourt Developments, who will fit out the demise to a CAT A finish with incoming tenants required to deliver the tenant CAT B. Other tenants include the IDA and SFI. SEAI is seeking the services of an architect to support the delivery of a best in class facility that meets design and cost criteria to the required CAT B specification. Specifically SEAI will need to be fully operational in its new headquarters no later than late September 2019. The lease at the existing premises in Wilton Terrace expires on 31.10.2019.
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated valueValue excluding VAT: 200 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 12
This contract is subject to renewal: no
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:
Conditions as stated in the Tender Documents
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:
Conditions as stated in the Tender Documents
III.2.3)Information about staff responsible for the performance of the contractObligation to indicate the names and professional qualifications of the staff assigned to performing 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: no
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: 03/09/2018
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: 03/09/2018
Local time: 12:00
Place:
Wilton Park House, Wilton Place, Dublin 2
Information about authorised persons and opening procedure:
Please refer to the Tender Documents
Section VI: Complementary information
VI.1)Information about recurrenceThis 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:03/08/2018