DPS Tender for the provision of Design Team consultant services including Architect, Engineers, Surveyors, Lead Design Consultant and other consultants for St. John of God CS Kerry

Saint John of God Community Services Ltd, a group of HSE-funded health and social care services operated by Saint John of God Hospitaller Ministries in Ireland. We provide training, employment, social and residential programmes for over 300 children and adults with intellectual disabilities. Saint John of God Kerry Services are …

CPV: 79415200 Design consultancy services, 71000000 Architectural, construction, engineering and inspection services, 71221000 Architectural services for buildings, 71222000 Architectural services for outdoor areas, 71223000 Architectural services for building extensions, 71220000 Architectural design services, 71324000 Quantity surveying services, 71315300 Building surveying services, 71321000 Engineering design services for mechanical and electrical installations for buildings, 71300000 Engineering services
Place of execution:
DPS Tender for the provision of Design Team consultant services including Architect, Engineers, Surveyors, Lead Design Consultant and other consultants for St. John of God CS Kerry
Awarding body:
St John of God Community Services clg
Award number:
0

1. Buyer

1.1 Buyer

Official name : St John of God Community Services clg
Legal type of the buyer : Body governed by public law
Activity of the contracting authority : Health

2. Procedure

2.1 Procedure

Title : DPS Tender for the provision of Design Team consultant services including Architect, Engineers, Surveyors, Lead Design Consultant and other consultants for St. John of God CS Kerry
Description : Saint John of God Community Services Ltd, a group of HSE-funded health and social care services operated by Saint John of God Hospitaller Ministries in Ireland. We provide training, employment, social and residential programmes for over 300 children and adults with intellectual disabilities. Saint John of God Kerry Services are spread throughout the county of Kerry in Beaufort, Caherciveen, Castleisland, Dingle, Kenmare, Killarney, Killorglin, Listowel and Tralee. We seek to establish a Framework Agreement for the engagement of a company that can provide services such as architect, lead design consultant, engineer, surveyor and project management for a period of 2 no. years with the option of an additional 2 no. 12 month extensions. The appointed consultant will be responsible for the delivery of the following comprehensive consultancy services. Architectural Design – Act as the lead consultant, with responsibility for the preparation of design drawings, technical specifications, and coordination of all associated design and consultancy services. Site Investigation and Survey – Conduct all necessary site investigations, surveys, and assessments as early as possible to ensure the full scope of required works is identified and accurately costed for. Engineering Services – Provide Structural and Civil engineering input, including Design Certifier, Assigned Certifier and PDSP roles, per Building Control Amendment Regulations (BCAR). Provide Mechanical and Electrical Engineering input and all work associated. Quantity Surveyor Cost Planning – Provide a detailed cost plan, including a breakdown of abnormal works, to support any submissions. Regulatory Compliance – Be responsible for and ensure compliance with BCAR, obtain planning permission for works, and ensure planning and BCAR compliance at all stages. Planning and Regulatory Management – Be responsible for the overseeing the submission and approval process for planning permissions and regulatory compliance, ensuring continued project alignment with statutory requirements. Project and Construction Management – Be responsible for the full management of project delivery from inception to completion (including the tendering process). .
Procedure identifier : 1789c688-2fa2-4867-b0a3-d540f4c802c0
Type of procedure : Other multiple stage procedure
Justification for the accelerated procedure :
Main features of the procedure :

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 79415200 Design consultancy services
Additional classification ( cpv ): 71000000 Architectural, construction, engineering and inspection services
Additional classification ( cpv ): 71221000 Architectural services for buildings
Additional classification ( cpv ): 71222000 Architectural services for outdoor areas
Additional classification ( cpv ): 71223000 Architectural services for building extensions
Additional classification ( cpv ): 71220000 Architectural design services
Additional classification ( cpv ): 71324000 Quantity surveying services
Additional classification ( cpv ): 71315300 Building surveying services
Additional classification ( cpv ): 71321000 Engineering design services for mechanical and electrical installations for buildings
Additional classification ( cpv ): 71300000 Engineering services

2.1.2 Place of performance

Country : Ireland
Anywhere in the given country
Additional information : Co. Kerry

2.1.4 General information

Legal basis :
Directive 2014/24/EU

5. Lot

5.1 Lot technical ID : LOT-0001

Title : DPS Tender for the provision of Design Team consultant services including Architect, Engineers, Surveyors, Lead Design Consultant and other consultants for St. John of God CS Kerry
Description : Saint John of God Community Services Ltd, a group of HSE-funded health and social care services operated by Saint John of God Hospitaller Ministries in Ireland. We provide training, employment, social and residential programmes for over 300 children and adults with intellectual disabilities. Saint John of God Kerry Services are spread throughout the county of Kerry in Beaufort, Caherciveen, Castleisland, Dingle, Kenmare, Killarney, Killorglin, Listowel and Tralee. We seek to establish a Framework Agreement for the engagement of a company that can provide services such as architect, lead design consultant, engineer, surveyor and project management for a period of 2 no. years with the option of an additional 2 no. 12 month extensions. The appointed consultant will be responsible for the delivery of the following comprehensive consultancy services. Architectural Design – Act as the lead consultant, with responsibility for the preparation of design drawings, technical specifications, and coordination of all associated design and consultancy services. Site Investigation and Survey – Conduct all necessary site investigations, surveys, and assessments as early as possible to ensure the full scope of required works is identified and accurately costed for. Engineering Services – Provide Structural and Civil engineering input, including Design Certifier, Assigned Certifier and PDSP roles, per Building Control Amendment Regulations (BCAR). Provide Mechanical and Electrical Engineering input and all work associated. Quantity Surveyor Cost Planning – Provide a detailed cost plan, including a breakdown of abnormal works, to support any submissions. Regulatory Compliance – Be responsible for and ensure compliance with BCAR, obtain planning permission for works, and ensure planning and BCAR compliance at all stages. Planning and Regulatory Management – Be responsible for the overseeing the submission and approval process for planning permissions and regulatory compliance, ensuring continued project alignment with statutory requirements. Project and Construction Management – Be responsible for the full management of project delivery from inception to completion (including the tendering process). .
Internal identifier : 0

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 79415200 Design consultancy services
Additional classification ( cpv ): 71000000 Architectural, construction, engineering and inspection services
Additional classification ( cpv ): 71221000 Architectural services for buildings
Additional classification ( cpv ): 71222000 Architectural services for outdoor areas
Additional classification ( cpv ): 71223000 Architectural services for building extensions
Additional classification ( cpv ): 71220000 Architectural design services
Additional classification ( cpv ): 71324000 Quantity surveying services
Additional classification ( cpv ): 71315300 Building surveying services
Additional classification ( cpv ): 71321000 Engineering design services for mechanical and electrical installations for buildings
Additional classification ( cpv ): 71300000 Engineering services

5.1.2 Place of performance

Country : Ireland
Anywhere in the given country
Additional information : Co. Kerry

5.1.5 Value

Estimated value excluding VAT : 70 000 Euro

5.1.6 General information

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 : No strategic procurement

5.1.10 Award criteria

Criterion :
Type : Quality
Name :
Description : Quality and Cost ratio as per DPS tender documents
Description of the method to be used if weighting cannot be expressed by criteria : Quality and Cost ratio as per DPS tender documents
Justification for not indicating the weighting of the award criteria :

5.1.15 Techniques

Framework agreement :
No framework agreement
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : The High Court of Ireland -
Organisation providing offline access to the procurement documents : St John of God Community Services clg -
Organisation providing more information on the review procedures : The High Court of Ireland -

6. Results

Value of all contracts awarded in this notice : 140 000 Euro

6.1 Result lot ldentifier : LOT-0001

At least one winner was chosen.

6.1.2 Information about winners

Winner :
Official name : MRG Consulting Engineers
Tender :
Tender identifier : 000100157
Identifier of lot or group of lots : LOT-0001
Value of the tender : 140 000 Euro
Subcontracting : Yes
Subcontracting value is known : no
Subcontracting percentage is known : no
Description : Refer to tender response
Contract information :
Identifier of the contract : 418864
Date of the conclusion of the contract : 09/04/2025

6.1.4 Statistical information

Received tenders or requests to participate :
Type of received submissions : Tenders submitted electronically
Number of tenders or requests to participate received : 3

8. Organisations

8.1 ORG-0001

Official name : St John of God Community Services clg
Registration number : 430744
Postal address : Hospitaller House
Town : Stillorgan
Postcode : A94 D9N1
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Telephone : 015333300
Roles of this organisation :
Buyer
Organisation providing offline access to the procurement documents

8.1 ORG-0002

Official name : MRG Consulting Engineers
Registration number : 8267861
Postal address : 4 Day Place Tralee
Town : Co Kerry
Postcode : V92AW26
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Telephone : +353 0667123130
Roles of this organisation :
Tenderer
Winner of these lots : LOT-0001

8.1 ORG-0003

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 subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Telephone : +353 1 8886000
Roles of this organisation :
Review organisation
Organisation providing more information on the review procedures

8.1 ORG-0004

Official name : European Dynamics S.A.
Registration number : 002024901000
Department : European Dynamics S.A.
Town : Athens
Postcode : 15125
Country subdivision (NUTS) : Βόρειος Τομέας Αθηνών ( EL301 )
Country : Greece
Telephone : +30 2108094500
Roles of this organisation :
TED eSender

11. Notice information

11.1 Notice information

Notice identifier/version : 52c5a14c-bbc0-4363-99f0-37af65337652 - 01
Form type : Result
Notice type : Contract or concession award notice – standard regime
Notice dispatch date : 25/04/2025 12:55 +01:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00270156-2025
OJ S issue number : 82/2025
Publication date : 28/04/2025