Legal Basis:
Directive 2014/24/EU
Section I: Contracting authority
I.2)Information about joint procurement
The 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 authority
Regional or local agency/office
I.5)Main activity
Housing and community amenities
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Establishment of a Multiple Operator Framework for Integrated Design Consultancy Services
Reference number: Sophia Housing Association
II.1.2)Main CPV code
71200000
II.1.3)Type of contract
Services
II.1.4)Short description:
Sophia Housing Association wish to establish a multiple operator Framework Agreement for integrated design teams for the provision of professional design related services for its ongoing development and refurbishment programmes. The design team services to be provided comprise the following principle services/disciplines and specialists as set down in the suitability assessment questionnaire:
— architect including fire safety design, conservation, planning and PSDP,
— civil/structural Engineer,
— mechanical and electrical Engineer,
— quantity Surveyor.
Applications are to be made by integrated design teams. Individual applications will not be accepted.
II.1.5)Estimated total value
Value excluding VAT: 1 000 000.00 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)
71311000
71317200
71324000
71334000
71356000
II.2.3)Place of performance
NUTS code: IE
II.2.4)Description of the procurement:
Sophia Housing Association wish to establish a multiple operator Framework Agreement for integrated design teams for the provision of professional design related services for its ongoing development and refurbishment programmes. The design team services to be provided comprise the following principle services/disciplines and specialists as set down in the suitability assessment questionnaire:
— architect including fire safety design, conservation, planning and PSDP,
— civil/structural Engineer,
— mechanical and electrical Engineer,
— quantity Surveyor.
Applications are to be made by integrated design teams. Individual applications will not be accepted.
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: 1 000 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewal: yes
Description of renewals:
The framework is for 2 years with option to extend for further 2 years. Projects awarded during the framework may be completed beyond the framework agreement period.
II.2.9)Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 10
Objective criteria for choosing the limited number of candidates:
Maximum of 10 provided sufficient pre-qualify.
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:
Applicants are advised to refer to the suitability assessment questionnaire.
III.1.2)Economic and financial standing
List and brief description of selection criteria:
Applicants are advised to refer to the suitability assessment questionnaire.
Minimum level(s) of standards possibly required:
Applicants are advised to refer to the suitability assessment questionnaire.
III.1.3)Technical and professional ability
List and brief description of selection criteria:
Applicants are advised to refer to the suitability assessment questionnaire.
Minimum level(s) of standards possibly required:
Applicants are advised to refer to the suitability assessment questionnaire.
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
Obligation 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 procedure
Restricted 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 several operators
Envisaged maximum number of participants to the framework agreement: 8
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: 05/11/2018
Local time: 12:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date: 26/11/2018
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
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:
(a) Candidates shall state if any of (and the reasons why) information supplied by them in response to this notice is confidential or commercially sensitive or should not be disclosed in respect of a request for information under the Freedom of Information Acts 1997-2003.
(b) Any contract award is subject to production of a current tax clearance certificate from the Revenue Commissioners in Ireland.
(c) All costs incurred by candidates in preparing submissions must be borne by them. The Contracting Authority accepts no liability for these costs, irrespective of the outcome of the competition, or if the competition is postponed or cancelled.
(d) The Contracting Authority may terminate this competition (or any part thereof), change the basis of and the procedures for the bidding process, at any time, or procure the contract by alternative means if it appears that it can thereby be more advantageously procured. The most economically advantageous or any tender will not necessarily be accepted.
(e) Candidates should note that this is a 2 stage selection process. Stage 1 involves candidates submitting information required by this notice and the suitability assessment questionnaire attached to this notice to the stipulated address and by the stipulated time. For Stage 2 it is envisaged that a minimum of ten suppliers will be invited to tender for this framework depending on the quality of the pre-qualification submissions received.
(f) Applicants should be aware that this project will be executed using the Public Works Contract (Department of Finance).
(g) All times set out in this contract notice are in local Irish time.
(h) All monetary amounts shall be quoted in Euro.
(i) For further information on the procedures governing the competition, candidates’ attention is drawn to the suitability assessment questionnaire.
(j) Candidates must register their interest on the etenders/OJEC website (www.e-tenders.gov.ie or https://irl.eu-supply.com) in order to be included on the mailing list for correspondence in relation to the competition. Documents are available on line at www.e-tenders.gov.ie or https://irl.eu-supply.com
(k) The Authority accepts no liability for any costs and/or expenses incurred by any candidate/tenderer in connection with the competition (including the application and/or attendance interview, if required).
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:
05/10/2018