Multi-Party Framework for Architect and Engineer Led Integrated Design Teams in 2 Lots (Lots 3 and 4) / Creatlacha Ilpháirtí d’Fhoirne Deartha Comhtháite faoi stiúir Ailtire agus Innealtóra i 2 mhír

Establishment of Multiparty Frameworks for Integrated Design Team (IDT) Services for Údarás na Gaeltachta in the following Lots: - Lot 3: Architect Led IDT for Counties Galway, Mayo and Meath - Lot 4: Engineer (Civil and Structural) Led IDT for Counties Galway, Mayo and Meath Tender candidates will be required …

CPV: 45212350 Edificios de interés histórico o arquitectónico, 71000000 Servicios de arquitectura, construcción, ingeniería e inspección, 71200000 Servicios de arquitectura y servicios conexos, 71221000 Servicios de arquitectura para edificios, 71223000 Servicios de arquitectura para trabajos de ampliación de edificios, 71240000 Servicios de arquitectura, ingeniería y planificación, 71242000 Elaboración de proyectos y diseños, presupuestos, 71310000 Servicios de consultoría en ingeniería y construcción, 71247000 Supervisión del trabajo de construcción, 71248000 Supervisión del proyecto y documentación, 71250000 Servicios de arquitectura, ingeniería y agrimensura, 71251000 Servicios de arquitectura y de planimetría de edificios, 71300000 Servicios de ingeniería, 71311000 Servicios de consultoría en ingeniería civil, 71311300 Servicios de consultoría en infraestructura, 71312000 Servicios de consultoría en ingeniería de estructuras, 71313000 Servicios de consultoría en ingeniería ambiental, 71313400 Evaluación del impacto ambiental para la construcción, 71313410 Evaluación del riesgo o peligro para la construcción, 71313420 Normas ambientales para la construcción, 71314000 Servicios de energía y servicios conexos, 71314100 Servicios de electricidad, 71314200 Servicios de gestión de energía, 71314300 Servicios de consultoría en rendimiento energético, 71317100 Servicios de consultoría en protección y control de incendios y explosiones, 71317200 Servicios de salud y seguridad, 71317210 Servicios de consultoría en salud y seguridad, 71321000 Servicios de diseño técnico de instalaciones mecánicas y eléctricas para edificios, 71322100 Servicios de estudio de dimensiones para obras de ingeniería civil, 71324000 Servicios de estudio de dimensiones, 71333000 Servicios de ingeniería mecánica, 71334000 Servicios de ingeniería mecánica y eléctrica, 71351612 Servicios de hidrometeorología, 71356400 Servicios de planificación técnica, 71400000 Servicios de planificación urbana y de arquitectura paisajística, 71410000 Servicios de urbanismo, 71420000 Servicios de arquitectura paisajística, 71530000 Servicios de consultoría en materia de construcción, 71540000 Servicios de gestión de obras, 75251110 Servicios de prevención de incendios, 90712000 Planificación medioambiental, 90712100 Planificación del desarrollo medioambiental urbano, 92522000 Servicios de preservación de lugares y edificios históricos, 92522200 Servicios de preservación de edificios históricos
Plazo:
11 de octubre de 2024 a las 12:00
Tipo de plazo:
Presentación de una oferta
Lugar de ejecución:
Multi-Party Framework for Architect and Engineer Led Integrated Design Teams in 2 Lots (Lots 3 and 4) / Creatlacha Ilpháirtí d’Fhoirne Deartha Comhtháite faoi stiúir Ailtire agus Innealtóra i 2 mhír
Organismo adjudicador:
Údarás Na Gaeltachta_289
Número de premio:
1

1. Buyer

1.1 Buyer

Official name : Údarás Na Gaeltachta_289
Legal type of the buyer : Body governed by public law
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Multi-Party Framework for Architect and Engineer Led Integrated Design Teams in 2 Lots (Lots 3 and 4) / Creatlacha Ilpháirtí d’Fhoirne Deartha Comhtháite faoi stiúir Ailtire agus Innealtóra i 2 mhír
Description : Establishment of Multiparty Frameworks for Integrated Design Team (IDT) Services for Údarás na Gaeltachta in the following Lots: - Lot 3: Architect Led IDT for Counties Galway, Mayo and Meath - Lot 4: Engineer (Civil and Structural) Led IDT for Counties Galway, Mayo and Meath Tender candidates will be required to form a team of consultants for the provision of Architect Led IDT and Engineer Led IDT Services. Each framework agreement will be established with up to 5 economic operators. IDTs generally comprise of the following disciplines: - Architectural Services (lead for Architect Led IDT Services) and associated specialist skills, - Civil and Structural Engineering Services (lead for Engineering Led IDT Services) and associated specialist skills, - Building Services (Mechanical and Electrical) Engineering Services and - Quantity Surveying Services. The extent of other consultancy services and specialist skills service providers required for call-off commissions throughout the course of a Framework may vary depending on the range of services required. Call-off commissions may typically range from extension, refurbishment, repair, upgrade, new build, infrastructure and other type projects as required by the Contracting Authority within Gaeltacht regions. Scope of design services may extend from initial feasibility, through statutory approvals, full design to implementation and handover/close-out, and other technical services as may be required over the framework term. Each framework will be established for a period of three (3) years with the option to extend by one further year. Please refer to the enclosed documents for further particulars and requirements. A Prior Information Notice (PIN) was issued in respect of the above, reference: OJ S 94/2024 15/05/2024.
Procedure identifier : 2a3fd9f6-a06b-46b8-b838-d031eebdfa0e
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure :

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71000000 Architectural, construction, engineering and inspection services
Additional classification ( cpv ): 71251000 Architectural and building-surveying services
Additional classification ( cpv ): 71300000 Engineering services
Additional classification ( cpv ): 71310000 Consultative engineering and construction services
Additional classification ( cpv ): 71311000 Civil engineering consultancy services
Additional classification ( cpv ): 71311300 Infrastructure works consultancy services
Additional classification ( cpv ): 71312000 Structural engineering consultancy services
Additional classification ( cpv ): 71313400 Environmental impact assessment for construction
Additional classification ( cpv ): 71313000 Environmental engineering consultancy services
Additional classification ( cpv ): 71313410 Risk or hazard assessment for construction
Additional classification ( cpv ): 71313420 Environmental standards for construction
Additional classification ( cpv ): 45212350 Buildings of particular historical or architectural interest
Additional classification ( cpv ): 71314000 Energy and related services
Additional classification ( cpv ): 71314100 Electrical services
Additional classification ( cpv ): 71314200 Energy-management services
Additional classification ( cpv ): 71314300 Energy-efficiency consultancy services
Additional classification ( cpv ): 71317100 Fire and explosion protection and control consultancy services
Additional classification ( cpv ): 71317200 Health and safety services
Additional classification ( cpv ): 71317210 Health and safety consultancy services
Additional classification ( cpv ): 71321000 Engineering design services for mechanical and electrical installations for buildings
Additional classification ( cpv ): 71322100 Quantity surveying services for civil engineering works
Additional classification ( cpv ): 71324000 Quantity surveying services
Additional classification ( cpv ): 71200000 Architectural and related services
Additional classification ( cpv ): 71333000 Mechanical engineering services
Additional classification ( cpv ): 71334000 Mechanical and electrical engineering services
Additional classification ( cpv ): 71351612 Hydrometeorology services
Additional classification ( cpv ): 71420000 Landscape architectural services
Additional classification ( cpv ): 71530000 Construction consultancy services
Additional classification ( cpv ): 71540000 Construction management services
Additional classification ( cpv ): 75251110 Fire-prevention services
Additional classification ( cpv ): 92522000 Preservation services of historical sites and buildings
Additional classification ( cpv ): 92522200 Preservation services of historical buildings
Additional classification ( cpv ): 71356400 Technical planning services
Additional classification ( cpv ): 71221000 Architectural services for buildings
Additional classification ( cpv ): 71400000 Urban planning and landscape architectural services
Additional classification ( cpv ): 71410000 Urban planning services
Additional classification ( cpv ): 90712000 Environmental planning
Additional classification ( cpv ): 90712100 Urban environmental development planning
Additional classification ( cpv ): 71223000 Architectural services for building extensions
Additional classification ( cpv ): 71240000 Architectural, engineering and planning services
Additional classification ( cpv ): 71242000 Project and design preparation, estimation of costs
Additional classification ( cpv ): 71250000 Architectural, engineering and surveying services
Additional classification ( cpv ): 71247000 Supervision of building work
Additional classification ( cpv ): 71248000 Supervision of project and documentation

2.1.2 Place of performance

Country : Ireland
Anywhere in the given country
Additional information : Ireland

2.1.3 Value

Maximum value of the framework agreement : 6 000 000 Euro

2.1.4 General information

Legal basis :
Directive 2014/24/EU

2.1.5 Terms of procurement

Terms of submission :
Maximum number of lots for which one tenderer can submit tenders : 2

2.1.6 Grounds for exclusion

Guilty of grave professional misconduct : Refer to Suitability Assessment Questionnaire document

5. Lot

5.1 Lot technical ID : LOT-0001

Title : Lot 3: Architect Led IDT for Counties Galway, Mayo and Meath
Description : Establishment of Multiparty Frameworks for Integrated Design Team (IDT) Services for Údarás na Gaeltachta in the following Lots: - Lot 3: Architect Led IDT for Counties Galway, Mayo and Meath - Lot 4: Engineer (Civil and Structural) Led IDT for Counties Galway, Mayo and Meath Tender candidates will be required to form a team of consultants for the provision of Architect Led IDT and Engineer Led IDT Services. Each framework agreement will be established with up to 5 economic operators. IDTs generally comprise of the following disciplines: - Architectural Services (lead for Architect Led IDT Services) and associated specialist skills, - Civil and Structural Engineering Services (lead for Engineering Led IDT Services) and associated specialist skills, - Building Services (Mechanical and Electrical) Engineering Services and - Quantity Surveying Services. The extent of other consultancy services and specialist skills service providers required for call-off commissions throughout the course of a Framework may vary depending on the range of services required. Call-off commissions may typically range from extension, refurbishment, repair, upgrade, new build, infrastructure and other type projects as required by the Contracting Authority within Gaeltacht regions. Scope of design services may extend from initial feasibility, through statutory approvals, full design to implementation and handover/close-out, and other technical services as may be required over the framework term. Each framework will be established for a period of three (3) years with the option to extend by one further year. Please refer to the enclosed documents for further particulars and requirements. A Prior Information Notice (PIN) was issued in respect of the above, reference: OJ S 94/2024 15/05/2024.
Internal identifier : 1

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71000000 Architectural, construction, engineering and inspection services
Additional classification ( cpv ): 71251000 Architectural and building-surveying services
Additional classification ( cpv ): 71300000 Engineering services
Additional classification ( cpv ): 71310000 Consultative engineering and construction services
Additional classification ( cpv ): 71311000 Civil engineering consultancy services
Additional classification ( cpv ): 71311300 Infrastructure works consultancy services
Additional classification ( cpv ): 71312000 Structural engineering consultancy services
Additional classification ( cpv ): 71313400 Environmental impact assessment for construction
Additional classification ( cpv ): 71313000 Environmental engineering consultancy services
Additional classification ( cpv ): 71313410 Risk or hazard assessment for construction
Additional classification ( cpv ): 71313420 Environmental standards for construction
Additional classification ( cpv ): 45212350 Buildings of particular historical or architectural interest
Additional classification ( cpv ): 71314000 Energy and related services
Additional classification ( cpv ): 71314100 Electrical services
Additional classification ( cpv ): 71314200 Energy-management services
Additional classification ( cpv ): 71314300 Energy-efficiency consultancy services
Additional classification ( cpv ): 71317100 Fire and explosion protection and control consultancy services
Additional classification ( cpv ): 71317200 Health and safety services
Additional classification ( cpv ): 71317210 Health and safety consultancy services
Additional classification ( cpv ): 71321000 Engineering design services for mechanical and electrical installations for buildings
Additional classification ( cpv ): 71322100 Quantity surveying services for civil engineering works
Additional classification ( cpv ): 71324000 Quantity surveying services
Additional classification ( cpv ): 71200000 Architectural and related services
Additional classification ( cpv ): 71333000 Mechanical engineering services
Additional classification ( cpv ): 71334000 Mechanical and electrical engineering services
Additional classification ( cpv ): 71351612 Hydrometeorology services
Additional classification ( cpv ): 71420000 Landscape architectural services
Additional classification ( cpv ): 71530000 Construction consultancy services
Additional classification ( cpv ): 71540000 Construction management services
Additional classification ( cpv ): 75251110 Fire-prevention services
Additional classification ( cpv ): 92522000 Preservation services of historical sites and buildings
Additional classification ( cpv ): 92522200 Preservation services of historical buildings
Additional classification ( cpv ): 71356400 Technical planning services
Additional classification ( cpv ): 71221000 Architectural services for buildings
Additional classification ( cpv ): 71400000 Urban planning and landscape architectural services
Additional classification ( cpv ): 71410000 Urban planning services
Additional classification ( cpv ): 90712000 Environmental planning
Additional classification ( cpv ): 90712100 Urban environmental development planning
Additional classification ( cpv ): 71223000 Architectural services for building extensions
Additional classification ( cpv ): 71240000 Architectural, engineering and planning services
Additional classification ( cpv ): 71242000 Project and design preparation, estimation of costs
Additional classification ( cpv ): 71250000 Architectural, engineering and surveying services
Additional classification ( cpv ): 71247000 Supervision of building work
Additional classification ( cpv ): 71248000 Supervision of project and documentation

5.1.2 Place of performance

Country : Ireland
Anywhere in the given country
Additional information :

5.1.3 Estimated duration

Other duration : Unknown

5.1.5 Value

Estimated value excluding VAT : 6 000 000 Euro

5.1.6 General information

Reserved participation : Participation is not reserved.
Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : yes

5.1.7 Strategic procurement

Aim of strategic procurement : Reduction of environmental impacts
Description : Refer to enclosed scope of service / service requirements document
Approach to reducing environmental impacts : Climate change mitigation
Green Procurement Criteria : National Green Public Procurement criteria

5.1.9 Selection criteria

Criterion :
Type : Suitability to pursue the professional activity
Name : Refer to tender documents
Description : Refer to tender documents
The criteria will be used to select the candidates to be invited for the second stage of the procedure

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : English
Languages in which the procurement documents (or their parts) are unofficially available : English

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : English
Electronic catalogue : Not allowed
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of tenders : 11/10/2024 12:00 +01:00
Information about public opening :
Opening date : 11/10/2024 12:30 +01:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : Not yet known
Electronic invoicing : Allowed
Electronic ordering will be used : no
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, with reopening of competition
Information about the dynamic purchasing system :
No dynamic purchase system
Electronic auction : no

5.1.16 Further information, mediation and review

Review organisation : The High Court of Ireland
Organisation providing offline access to the procurement documents : Údarás Na Gaeltachta_289
Organisation receiving requests to participate : Údarás Na Gaeltachta_289
Organisation processing tenders : Údarás Na Gaeltachta_289
TED eSender : European Dynamics S.A.

5.1 Lot technical ID : LOT-0002

Title : Lot 4: Engineer (Civil and Structural) Led IDT for Counties Galway, Mayo and Meath
Description : Establishment of Multiparty Frameworks for Integrated Design Team (IDT) Services for Údarás na Gaeltachta in the following Lots: - Lot 3: Architect Led IDT for Counties Galway, Mayo and Meath - Lot 4: Engineer (Civil and Structural) Led IDT for Counties Galway, Mayo and Meath Tender candidates will be required to form a team of consultants for the provision of Architect Led IDT and Engineer Led IDT Services. Each framework agreement will be established with up to 5 economic operators. IDTs generally comprise of the following disciplines: - Architectural Services (lead for Architect Led IDT Services) and associated specialist skills, - Civil and Structural Engineering Services (lead for Engineering Led IDT Services) and associated specialist skills, - Building Services (Mechanical and Electrical) Engineering Services and - Quantity Surveying Services. The extent of other consultancy services and specialist skills service providers required for call-off commissions throughout the course of a Framework may vary depending on the range of services required. Call-off commissions may typically range from extension, refurbishment, repair, upgrade, new build, infrastructure and other type projects as required by the Contracting Authority within Gaeltacht regions. Scope of design services may extend from initial feasibility, through statutory approvals, full design to implementation and handover/close-out, and other technical services as may be required over the framework term. Each framework will be established for a period of three (3) years with the option to extend by one further year. Please refer to the enclosed documents for further particulars and requirements. A Prior Information Notice (PIN) was issued in respect of the above, reference: OJ S 94/2024 15/05/2024.
Internal identifier : 2

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71000000 Architectural, construction, engineering and inspection services
Additional classification ( cpv ): 71251000 Architectural and building-surveying services
Additional classification ( cpv ): 71300000 Engineering services
Additional classification ( cpv ): 71310000 Consultative engineering and construction services
Additional classification ( cpv ): 71311000 Civil engineering consultancy services
Additional classification ( cpv ): 71311300 Infrastructure works consultancy services
Additional classification ( cpv ): 71312000 Structural engineering consultancy services
Additional classification ( cpv ): 71313400 Environmental impact assessment for construction
Additional classification ( cpv ): 71313000 Environmental engineering consultancy services
Additional classification ( cpv ): 71313410 Risk or hazard assessment for construction
Additional classification ( cpv ): 71313420 Environmental standards for construction
Additional classification ( cpv ): 45212350 Buildings of particular historical or architectural interest
Additional classification ( cpv ): 71314000 Energy and related services
Additional classification ( cpv ): 71314100 Electrical services
Additional classification ( cpv ): 71314200 Energy-management services
Additional classification ( cpv ): 71314300 Energy-efficiency consultancy services
Additional classification ( cpv ): 71317100 Fire and explosion protection and control consultancy services
Additional classification ( cpv ): 71317200 Health and safety services
Additional classification ( cpv ): 71317210 Health and safety consultancy services
Additional classification ( cpv ): 71321000 Engineering design services for mechanical and electrical installations for buildings
Additional classification ( cpv ): 71322100 Quantity surveying services for civil engineering works
Additional classification ( cpv ): 71324000 Quantity surveying services
Additional classification ( cpv ): 71200000 Architectural and related services
Additional classification ( cpv ): 71333000 Mechanical engineering services
Additional classification ( cpv ): 71334000 Mechanical and electrical engineering services
Additional classification ( cpv ): 71351612 Hydrometeorology services
Additional classification ( cpv ): 71420000 Landscape architectural services
Additional classification ( cpv ): 71530000 Construction consultancy services
Additional classification ( cpv ): 71540000 Construction management services
Additional classification ( cpv ): 75251110 Fire-prevention services
Additional classification ( cpv ): 92522000 Preservation services of historical sites and buildings
Additional classification ( cpv ): 92522200 Preservation services of historical buildings
Additional classification ( cpv ): 71356400 Technical planning services
Additional classification ( cpv ): 71221000 Architectural services for buildings
Additional classification ( cpv ): 71400000 Urban planning and landscape architectural services
Additional classification ( cpv ): 71410000 Urban planning services
Additional classification ( cpv ): 90712000 Environmental planning
Additional classification ( cpv ): 90712100 Urban environmental development planning
Additional classification ( cpv ): 71223000 Architectural services for building extensions
Additional classification ( cpv ): 71240000 Architectural, engineering and planning services
Additional classification ( cpv ): 71242000 Project and design preparation, estimation of costs
Additional classification ( cpv ): 71250000 Architectural, engineering and surveying services
Additional classification ( cpv ): 71247000 Supervision of building work
Additional classification ( cpv ): 71248000 Supervision of project and documentation

5.1.2 Place of performance

Country : Ireland
Anywhere in the given country
Additional information :

5.1.3 Estimated duration

Other duration : Unknown

5.1.5 Value

Estimated value excluding VAT : 6 000 000 Euro

5.1.6 General information

Reserved participation : Participation is not reserved.
Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : yes

5.1.7 Strategic procurement

Aim of strategic procurement : Reduction of environmental impacts
Description : Refer to enclosed scope of services / service requirements documents

5.1.9 Selection criteria

Criterion :
Type : Suitability to pursue the professional activity
Name : Refer to tender documents
Description : Refer to tender documents
The criteria will be used to select the candidates to be invited for the second stage of the procedure

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : English
Languages in which the procurement documents (or their parts) are unofficially available : English

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : English
Electronic catalogue : Not allowed
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of tenders : 11/10/2024 12:00 +01:00
Information about public opening :
Opening date : 11/10/2024 12:30 +01:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : Not yet known
Electronic invoicing : Allowed
Electronic ordering will be used : no
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, with reopening of competition
Information about the dynamic purchasing system :
No dynamic purchase system
Electronic auction : no

5.1.16 Further information, mediation and review

Review organisation : The High Court of Ireland
Organisation providing offline access to the procurement documents : Údarás Na Gaeltachta_289
Organisation receiving requests to participate : Údarás Na Gaeltachta_289
Organisation processing tenders : Údarás Na Gaeltachta_289
TED eSender : European Dynamics S.A.

8. Organisations

8.1 ORG-0001

Official name : Údarás Na Gaeltachta_289
Registration number : Údarás Na Gaeltachta
Postal address : Na Forbacha, Co. na Gaillimhe
Town : Galway
Postcode : H91 TY22
Country : Ireland
Telephone : 091503100
Buyer profile : https://udaras.ie/en/
Roles of this organisation :
Buyer
Organisation providing offline access to the procurement documents
Organisation receiving requests to participate
Organisation processing tenders

8.1 ORG-0002

Official name : The High Court of Ireland
Registration number : The High Court of Ireland
Department : The High Court of Ireland
Postal address : Four Courts, Inns Quay, Dublin 7
Town : Dublin
Postcode : D07 WDX8
Country : Ireland
Telephone : +353 1 8886000
Roles of this organisation :
Review organisation

8.1 ORG-0003

Official name : European Dynamics S.A.
Registration number : 002024901000
Department : European Dynamics S.A.
Town : Athens
Country : Greece
Telephone : +30 2108094500
Roles of this organisation :
TED eSender

11. Notice information

11.1 Notice information

Notice identifier/version : a16829f5-249b-4081-9d18-b8edb0641c7a - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 13/09/2024 16:30 +01:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00558588-2024
OJ S issue number : 181/2024
Publication date : 17/09/2024