Central Bank of Ireland
Strategic Security Upgrade Project
Project Number: PGRN0007 PHASE 3
Project Information and Requirements Memorandum for
An Architect led Design Team
Version No 1.0
21 July 2016
Page 2 of 25
Table of Contents
1. Introduction .................................................................................................................................... 4
1.1. Important note ........................................................................................................................ 4
1.2. The Central Bank of Ireland .................................................................................................... 6
1.3. The Currency Centre ............................................................................................................... 6
1.4. Project Overview ..................................................................................................................... 6
1.5. Design and Works Required Overview ................................................................................... 7
1.6. Design and Works Required - Architect .................................................................................. 9
1.7. Design and Works Required – Quantity Surveyor (Cost Consultant).................................... 10
1.8. Design and Works Required – Building Services Engineer (Including Security Specialist).... 10
1.9. Design and Works Required – Civil/Structural Engineer....................................................... 11
1.10. Design and Works Required – Planning Consultant.......................................................... 12
1.11. Design and Works Required – Landscape Architect ......................................................... 12
1.12. Design and Works Required – Project Supervisor Design Process (PSDP) ........................ 12
1.13. Design and Works Required – Assigned Certifier (AC) ...................................................... 13
1.14. Project Information Memorandum and Suitability Assessment Questionnaire .............. 13
1.15. Timeline ............................................................................................................................. 14
2. Conditions ..................................................................................................................................... 15
2.1. Reliance on Resources .......................................................................................................... 15
2.2. Applicant Composition .......................................................................................................... 15
2.3. Change in Applicant or Group Members .............................................................................. 16
2.4. Clarification of Information ................................................................................................... 16
2.5. Confidentiality ....................................................................................................................... 16
2.6. Amendments to and/or Clarifications of the PIRM .............................................................. 17
2.7. Pre-Qualification Requirements ........................................................................................... 17
2.8. Conflict of Interest ................................................................................................................ 18
2.9. Tax Clearance Certificates ..................................................................................................... 18
2.10. Own Costs ......................................................................................................................... 18
2.11. Governing Law .................................................................................................................. 18
3. Project Information and Service Requirements ............................................................................ 19
3.1. Contact details of the Contracting Authority ........................................................................ 19
3.2. Submission of Pre-Qualification Submissions ....................................................................... 19
Page 3 of 25
3.3. Queries .................................................................................................................................. 21
4. Procurement Process .................................................................................................................... 22
4.1. Introduction .......................................................................................................................... 22
4.2. Restricted Procedure ............................................................................................................ 22
4.3. Suitability Assessment Process (Stage 1) .............................................................................. 23
4.4. Self-declaration by Applicants .............................................................................................. 23
4.5. Declaration on mandatory and discretionary exclusion grounds ......................................... 24
5. Opening and Evaluation of Submissions ....................................................................................... 25
5.1. Evaluation of Pre-Qualification Submissions ........................................................................ 25
6. Other items ................................................................................................................................... 26
6.1. General Notes ....................................................................................................................... 26
APPENDIX No.1 Curricula Vitae and Experience Requirements
APPENDIX No.2 Curriculum Vitae Template
APPENDIX No.3 Experience of Firm (SAQ Criterion 3.4(c))
Page 4 of 25
1. Introduction
1.1. Important note
The information in this document (together with its appendix, the "Project Information
and Requirements Memorandum" or “PIRM”) is preliminary only and will be superseded
by the Invitation to Tender documents ("ITT"). The information provided, together with
that in the appendix, is offered in good faith for the guidance of each applicant (the
“Applicant”), but no warranty or representation is given as to the accuracy or
completeness of any of it and the Central Bank of Ireland (“The Bank") and its advisers
shall not be under any liability for any error, misstatement or omission. No Applicant will
be reimbursed for any expense incurred in making a pre-qualification submission.
None of the information shall constitute a contract or part of a contract between The
Bank and any Applicant. The Bank reserves the right not to follow up this invitation in
any way and/or to change the tender procedure and/or terminate discussions at any
time. The Bank shall not be obliged to enter into a contract with any Applicant. No legal
relationship or other obligation shall arise between any Applicant and The Bank unless
and until the contract has been formally executed in writing by The Bank and the
successful tenderer and any conditions precedent to the effectiveness of such
documents have been fulfilled.
The Bank reserves the right to amend this Project Information and Requirements
Memorandum, its requirements and any information contained herein at any time by
notice, in writing, to the Applicants.
Nothing in this PIRM is, nor shall be relied upon as, a promise or representation as to
The Bank's ultimate decision in relation to the award of the contract.
Nothing contained in this PIRM is, or shall be relied upon as, a representation of fact or
promise as to the future. Any summaries or descriptions of documents or contractual
arrangements contained in any part of this PIRM cannot be and are not intended to be
comprehensive, nor any substitute for the underlying documentation (whether existing
or to be concluded in the future), and are in all respects qualified in their entirety by
reference to them.
Reference in this Important Notice to PIRM shall include all information contained in this
PIRM and any other information (whether written, oral or in machine-readable form) or
opinions made available during the pre-qualification stage of the competition by or on
behalf of The Bank, its respective advisers, consultants, contractors, servants and/or
agents in connection with this PIRM or the Project.
Defined terms in this Important Notice shall have the meanings given to them in the
PIRM.
Page 5 of 25
Irish law is applicable to this PIRM. The Irish courts shall have exclusive jurisdiction in
relation to any disputes arising from this PIRM.
1.1.9 The Central Bank of Ireland is subject to the requirements of the Freedom of Information
Act 2014. If a candidate considers that any of the information supplied in response to this
notice is either commercially sensitive or confidential, this should be highlighted and
reasons for its sensitivity given. The relevant material will, in response to a request under
the Act, be examined in the light of exemptions provided for in the Acts.
1.1.10 The Contracting Authority reserves the right, in accordance with Regulation 32(9) of SI
284/2016, to award new services to the successful tenderer in this competition.
Page 6 of 25
1.2. The Central Bank of Ireland
The Bank has the primary objective of promoting systemic financial stability in Ireland
and across the euro area. It ensures the proper and effective regulation of financial
institutions and markets in Ireland while also ensuring that the best interests of
consumers of financial services are protected.
1.3. The Currency Centre
The Central Bank Currency Centre (CC) was originally constructed in the late 70’s and
the architect Sam Stephenson was awarded the RIAI’s Gold Medal for a building complex
of outstanding merit.
The design strategies for all new works should reflect the existing high quality of the
existing buildings and garden layouts, and all external finishes should harmonise in
colour and texture with the existing buildings.
The CC is listed as the second highest security complex in the State, and possesses a
designation known as Tier 1 category. There is a permanent Gardaí and Army presence
on the site.
There will be no access to the site during the Suitability Assessment Stage.
1.4. Project Overview
The Strategic Security Upgrade project (PGRN0007 PHASE 3) represents a significant
capital investment by the Bank. The full project budget is estimated to be €8.5m. It is
intended to modernise the facility in line with current best practice for installations of
this kind. The following list is indicative of the proposed upgrade and is intended to give
some guidance to interested parties as to the works anticipated to be included.
However, this is preliminary only and will be superseded by information provided at ITT
stage. At all times, The Bank reserves the right to alter or amend the scope at its
discretion. It is currently anticipated that the upgrade will encompass:
a. Construction of a new Security Control Room and associated installation of a complete new “state of the art” electronic control and monitoring systems with intelligent video analytics and perimeter intrusion detection (PIDS).
b. Construction of a new goods inwards/outwards building and maintenance storage facility.
c. Physical hardening of the various CC buildings.
d. The installation of two way Remote Monitoring and Control functions between the CC Control Room and the Control Room of Banks’ new headquarters in North Wall Quay.
e. Modifications to the car-park and roads to improve physical security resilience e.g. new entrances, bollards, demarcation via high security fences etc.
f. The construction of a new two storey Reception, Office, BCM area and
Page 7 of 25
Checkpoint building to be known as Block 6 (approximately 1350m² total area). It is anticipated that Block 6 will include the following room types:
Item Name
1 Entrance Lobby
2 Reception
3 Checkpoint
4 Gents Lockers & showers & toilets
6 Ladies Lockers & showers & toilets
8 Speed Lanes
9 X Ray
10 Alternative Work Area -space for 200 seats
11 Tellers area
12 Meeting Rooms (various sizes)
13 Search Room
14 Garda room
15 Army room
16 Offices (various sizes)
17 General circulation
g. Upgrades to the site landscaping to accommodate the new installations and to increase the physical security on site.
1.5. Design and Works Required Overview
The Bank is seeking to appoint an Architect led Design Team for the design and project
management of the end to end delivery of the Strategic Security Upgrade Project as
generally described in paragraph 1.4 of this PRIM.
The team will be Architect led with the following Principal Service Providers:
1.5.2.1. Quantity Surveyor (Cost Consultant)
1.5.2.2. Building Services Engineer
1.5.2.3. Civil Structural Engineer
1.5.2.4. Planning Consultant
1.5.2.5. Landscape Architect
1.5.2.6. Project Supervisor Design Process
1.5.2.7. Assigned Certifier
The scope of services required is anticipated to cover the entire design, planning,
construction, commissioning, handover and management of the defects liability
process. In carrying out its services, the successful tenderer may be required to work
Page 8 of 25
from time to time with other consultants or advisors appointed by the Bank.
Applicants must consider the unique security requirements of the site and note
construction will be carried out while the site is operational. Consideration must be
given to minimise the operational impact of the works while complying with all relevant
health and safety standards.
The successful Applicant will be tasked with developing the client requirements into a
design package that will be used to procure a Main Contractor for the works. The Bank
will carry out the procurement process for the Main Contractor. The Applicant will be
then be required to carry out the tender evaluation for the Main Contractor and provide
a recommendation to the Bank.
The successful tenderer will be responsible for ensuring that the construction is built as
designed and all construction monitoring, installation certification and legislative
requirements are fulfilled.
All members of the successful Design Team will be required to be vetted by An Garda
Siochana prior to commencement of the engagement. Failure to disclose information
or the provision of incorrect information may be cause for disqualification from this
tender process. The successful applicant will be required to propose appropriately
qualified alternates to those candidates that have not been successful in the Garda
vetting process.
Page 9 of 25
1.6. Design and Works Required - Architect
The Architect will act as Project Manager, Design Team lead, Design Certifier and the
Employer’s Representative for the works. The Architect will also act as the Team Lead in
all matters relating to the project, including the co-ordination of all activities of the other
Principal Service Providers and in all design-related and construction matters. This
includes advice and involvement in the concept development, sustainability report
preparation, planning submission, fire certification, project supervisor design process
function, disability accessibility certification, tender documentation preparation,
contractor procurement, detailed design and contract administration including site
monitoring, cost control, reporting and other services related to the delivery of the
project.
Without limitation, the Architect may also apply for the role of Assigned Certifier. Where
the role of Assigned Certifier is proposed to be carried out in-house by the Architect, a
separate Principal Service Provider SAQ for the role must be completed. The Architect
must demonstrate that they meet the qualification criteria for the role.
The following list broadly outlines the responsibilities required of the Architect. The list
is indicative. The applicant submitting the proposal must satisfy themselves’ that they
have allowed for all services required for the delivery of the project (as outlined at this
stage) in its entirety, including the security requirements of the facility.
The services to be provided by the Architect (as the Design Team lead) can generally be
described as:
a. Full architectural design, supervision and project management services for the design, construction, fit-out and commissioning of the project
b. the planning and scheduling of the project,
c. preparation of a list of deliverables for each member of the Design Team for each Stage of the Project,
d. ensuring that all Principal Service Providers prepare separate lists of deliverables in a similar manner as (c.) above,
e. develop and implementation of a common drawing numbering system for all members of the Design Team,
f. project accounting, reporting and control with the Cost Consultant,
g. securing of all necessary planning permissions for the works including management of additional information requests from the local authority,
h. ensuring compliance with all relevant Health & Safety standards,
i. ensuring compliance with all relevant Security standards for a facility of this nature,
j. providing technical direction and ensuring compliance with regulatory and quality standards,
k. responsibility for the management of the Design Team and accountable for the
Page 10 of 25
delivery of each design stage and the overall design for the works,
l. assisting in the tender evaluation process for the main construction contract to secure a Main Contractor for the works including drafting a tender evaluation report with recommendations to the Bank,
m. working with the Cost Consultant and the other Principal Service Providers, provide contract administration services and co-ordinate the construction monitoring services for the duration of the main construction contract. This includes review and recommendation of staged payment claims from contractors, agreeing the value of the works completed, the issue of interim payment certificates and any other services required for the administration of the contract,
n. working with the Bank, the Design Team and the Main Contractor to minimise the impact of the works to the ongoing operation of the site,
o. developing a handover process with the Bank that will seamlessly move the project from construction through formal handover and transition to business as usual,
p. management of the main contractor through the defects liability period, and
q. any additional services required as may be required for this aspect of the project to ensure successful completion of the works.
1.7. Design and Works Required – Quantity Surveyor (Cost Consultant)
The Quantity Surveyor (Cost Consultant) will be responsible for providing cost consulting
services for the project. The services to be provided by the Quantity Surveyor include,
but are not limited to:
a. Full Quantity Surveyor services for the design, construction, fit-out and commissioning of the project
b. the preparation of a bill of quantities to the recognised methods of measurement – Agreed Rules of Measurement Version 4 as amended for public works contracts. (Supplement 2 of ARM4 must not be used for mechanical and electrical works as these works include the specific security design) and,
c. such other services as may be required for this aspect of the project.
1.8. Design and Works Required – Building Services Engineer (Including Security
Specialist)
The Building Services Engineer (including Security Specialist) will be responsible for
providing the mechanical, electrical, security, fire accessibility design for the project.
This includes advice and involvement in the concept development, sustainability report
preparation, planning submission, fire certification, project supervisor design process
function, disability accessibility certification, tender documentation preparation,
contractor procurement, detailed design and contract administration including site
Page 11 of 25
monitoring, cost control, reporting and other services related to the delivery of the
Strategic Security Upgrade project. The services to be provided by the Building Services
Engineer include, but are not limited to:
a. Full Building Services design services for the design, construction, fit-out and commissioning of the project as detailed in the latest edition (as at the date of publication of this PIRM) of the IEI Conditions of Engagement Agreement relating to Building Services,
b. sustainability report preparation,
c. assistance in the planning submission,
d. mechanical design through all stages of the Design process,
e. electrical design through all stages of the Design process,
f. security system design through all stages of the Design process,
g. fire system design through all stages of the Design process, including system certification,
h. disability accessibility design through all stages of the Design process, including design certification,
i. liaise with the rest of the Design Team to ensure a fully integrated design, and
j. such other services as may be required for this aspect of the project.
1.9. Design and Works Required – Civil/Structural Engineer
The Civil /Structural Engineer will be responsible for providing civil and structural
engineering design for the project. This includes advice and involvement in the concept
development, sustainability report preparation, planning submission, fire certification,
project supervisor design process function, disability accessibility certification, tender
documentation preparation, contractor procurement, detailed design and contract
administration including site monitoring, cost control, reporting and other services
related to the delivery of the project. The services to be provided by the Civil/Structural
Engineer include, but are not limited to:
a. Full Civil and Structural services for the design, construction, fit-out and commissioning of the project as detailed in the latest edition (as at the date of publication of this PIRM) of the IEI Conditions of Engagement Agreement relating to Civil and Structural services,
b. advice on the civil and structural constraints of the site such as topographical limitations, geotechnical, existing adjacent operations and any surveys needed (i.e. geotechnical)
c. full assessment of the site and advice on environmental issues and liaise with the rest of the Design Team to ensure a fully integrated design, and
Page 12 of 25
d. such other services as may be required for this aspect of the project.
1.10. Design and Works Required – Planning Consultant
The Planning Consultant will be responsible for providing planning advice for the project.
This includes advice and involvement in the concept development, sustainability report
preparation, planning submission, fire certification, project supervisor design process
function, disability accessibility certification, tender documentation preparation,
contractor procurement, detailed design and contract administration including site
monitoring, cost control, reporting and other services related to the delivery of the
project. The services to be provided by the Planning Consultant include, but are not
limited to:
a. provision of all advice, consents, reports, comments, approvals, instructions, certificates and other information so as not to delay or disrupt the progress of the project,
b. manage and coordinate strategic planning advice,
c. liaise with the Bank and Design Team to ensure that the development proposal complies in full with requisite planning policies, documents and the expectations of the Planning Authority,
d. review the scope of works and advise from a planning perspective,
e. carry out meetings as required with the Bank, planning officers, local authority officials, other members of the Bank’s organisation and any other parties as required in the preparation, submission and processing of the planning application
f. coordination and part-preparation of the planning application and the ongoing advice around compliance of the construction, and
g. such other services as may be required for this aspect of the project.
1.11. Design and Works Required – Landscape Architect
The Landscape Architect will be responsible for providing the landscape design services
for the project. The Landscape Architect must take due consideration of the strategic
nature of landscaping in delivering the security aspect of the site.
1.12. Design and Works Required – Project Supervisor Design Process (PSDP)
The PSDP will be responsible for providing the PSDP function and comply with the Safety,
Health and Welfare at Work Act 2005 and any subsequent Safety, Health and Welfare
legislation. They will also be required to comply with the Safety Health and Welfare at
Work (Construction) Regulations 2006 and 2013, particularly in relation to the
Page 13 of 25
appointment of the Designer or PSDP as a specialist skill and manage the Health and
Safety file.
The PSDP will advise on the environmental and existing onsite risks such as
a. Safety hazards
b. Health hazards
c. Significant design and construction hazards
1.13. Design and Works Required – Assigned Certifier (AC)
The scope of services of the Assigned Certifier is that as set out in Building Control
(Amendment) Regulations 2014: S.I. 9 of 2014 (or as revised, amended, or replaced).
The Assigned Certifier shall comply with procedures set out in the Building Control
(Amendment) Regulations 2014: S.I. No. 9 of 2014 and the Code of Practice February
2014 (both as hereinafter included, or as revised, amended, or replaced) for inspecting
and certifying building works, or subsequent versions of these documents current at the
time, design or building work is being undertaken.
The Architect will undertake the role of the “Design Certifier” as defined in the
Regulations and Code of Practice for Inspecting and Certifying Building Works.
1.14. Project Information Memorandum and Suitability Assessment Questionnaire
The purpose of the PIRM is to provide Applicants with information to allow them to
complete and submit Suitability Assessment Questionnaires (the “Pre-Qualification
Submission”) to apply to be shortlisted for the above services.
Applicants should note that there are a number of documents accompanying the
Suitability Assessment Questionnaire (“SAQ”) attached to this PIRM, but not all of these
documents need to be completed and returned with the SAQ in response to this PIRM.
Where criteria in the PIRM are labelled as “declaration required”, accompanying
documents relating to those criteria do not need to be submitted with the SAQ and
instead a declaration is required to be made. However, completed versions may be
required to be submitted by Applicants prior to final short listing as evidence that the
declarations made are accurate.
This competition for the integrated an Architect led Design Team is being run as a
Restricted Procedure based on the Government Contracts Committee for Construction
(GCCC) template tender and contract documents. It is currently anticipated that the
form of contract to be entered into with the successful tenderer will be the GCCC
Conditions of Engagement for Consultancy Services (Technical).
Applicants should note that the GCCC template documents used in this competition
Page 14 of 25
have not yet been centrally updated to reflect the application of the new Public Sector
Directive on procurement, Directive 2014/24/EU, and its Irish transposing regulations.
All references in the SAQ to provisions of Directive 2004/18/EC are to be read as
references to the corresponding sections in Directive 2014/24/EU and the transposing
regulations. See also section 4.5 below
1.15. Timeline
The Bank wishes to award the contract as soon as possible. The target timetable is set
out below. This timetable is indicative only and The Bank will advise of firm dates at later
stages in the competition.
Milestone Indicative Date
OJEU & e-tenders Notice Issued and issue of Suitability Assessment Questionnaire (SAQ)
Documentation
Thursday 21st July 2016
Closing date for Queries Friday 5th August 2016
Closing Date for SAQ Friday 26th August
Evaluation of SAQ August/September 2016
Shortlist of candidates for Tender September/October 2016
Issuing of successful and unsuccessful letters September/October 2016
Issue of Invitation to Tender October 2016
Receipt of Tenders October/November 2016
Evaluation of Tenders November/December 2016
Selection of successful tenderer December 2016/January 2017
Standstill Period January 2017
Award of Contract January 2017
Page 15 of 25
2. Conditions
2.1. Reliance on Resources
Where, in order to prove its financial, economic and technical standing with a view to
being admitted to participate in the tendering procedure, an Applicant or a member of
an Applicant relies on the resources of entities with which it is directly or indirectly
linked, whatever the legal nature of those links may be, (including, for example, but not
limited to, reliance on a parent company's resources), it must establish that it has
available to it the resources of those entities which are necessary for the performance
of the contract. If sufficient evidence is not provided the Applicant or member of an
Applicant will be evaluated based on its own financial, economic and technical standing.
Applicants should note that, where an Applicant is relying on the capacities of another
entity with respect to criteria relating to educational and professional qualifications
and/or experience, the Applicant may only rely on such entity to the extent that the
entity will perform the services for which these capacities are required (and Applicants
must demonstrate that this is the case).
The entity being relied upon must also provide a declaration in relation to the application
of Article 57 of Directive 2014/24/EU – see section 4.5 below.
Such entity or undertaking on whose resources/capacities any Applicant relies for the
purposes of qualification will, if the Applicant is successful in this competition, be
required to provide to the Bank an appropriate guarantee or other security (in a form
acceptable to the Bank) confirming such support at contract award stage (unless
otherwise approved by the Bank).
2.2. Applicant Composition
In order to offer the resources and the range and depth of skills required, interested
parties may wish to collaborate to form a group which will then apply as a single
Applicant for the purposes of the competition.
If the Applicant is a group, the Applicant must specify the commercial and legal
relationship amongst its members and any agreements giving effect to same. The Bank
reserves the right to request copies of any such agreements and to comment upon them
and make them subject to its approval as a condition of award. However, these
agreements should not be provided without being specifically asked to do so.
Page 16 of 25
If the Applicant is a group, the Applicant must nominate a lead firm which will act as the
Bank’s principal contact in respect of this process and, if applicable, the Works. The lead
firm will, if the Applicant is successful, be the prime contractor entering into the contract
with the Bank. It is anticipated that the other group members will be sub—contractors
to the prime contractor, although the Bank reserves the right to require or permit any
other contract structure with the successful tenderer. Sub-contractors will be required
to enter into collateral warranties with the Bank in a form acceptable to the Bank.
Prime contractors may participate in one Pre-Qualification Submission only. Other group
members may only participate in more than one Pre-Qualification Submission with the
Bank’s prior approval. Approval must be promptly sought by means of a written request
to the Bank’s representative noted in Section 3.1. Following a request for approval, the
Bank will take such steps as it considers appropriate, which may include prohibiting the
entity from being involved with more than one Applicant or making such involvement
conditional on certain requirements being met.
A separate SAQ document must be filled out by all Principal Service Providers (even
where the same firm is fulfilling more than one Principal Service Provider role, a separate
SAQ must be filled in demonstrating capability for that role).1 The Architect will assemble
the SAQs from the Principal Service Providers and submit the application on their behalf.
The Design Team will be treated as a single Applicant for the purposes of evaluation.
2.3. Change in Applicant or Group Members
The Applicant must immediately notify The Bank in writing if any of the information
submitted or declared as part of the Pre-Qualification Submission changes, at any time.
The Bank reserves the right to review the pre-qualified status of any Applicant in light of
the updated information available to it and to take any step which it considers
appropriate at its discretion, including (without limitation) removing the pre-qualified
Applicant from the tender shortlist if appropriate.
2.4. Clarification of Information
After the closing date, Applicants may be asked to clarify aspects of information
supplied, by written submission, by interview or by both. If such clarification is
requested, any additional material supplied must be strictly to supplement material
already provided in the original submission.
2.5. Confidentiality
1 However, as noted on page 4 of the SAQ, certain common information at section 3.1, 3.2 and 3.3 (a) to (g) of the SAQs need not be repeated, provided it is clearly set out in one SAQ and all other SAQ’s refer to it. Tenderers are reminded that as set out in the SAQ, it is their responsibility to ensure that all information required to be provided/demonstrated is so provided/demonstrated.
Page 17 of 25
This PIRM and all accompanying documents shall be treated as private and confidential
by the Applicants, who shall not release details of this PIRM and/or any accompanying
documentation other than on a confidential basis to those who have a legitimate need
to know or to whom they need to consult for the purpose of preparing their Pre-
Qualification Submissions.
Applicants shall not at any time release information concerning the PIRM and/or
accompanying documentation and/or the scope of works and/or services for publication
in the press or on radio, television, screen or any other medium.
The Bank shall have the right to publicise, or otherwise disclose, to any third party,
information regarding the contract, the identity of parties seeking information in
relation to the contract, the identity of Applicants and/or nomination of shortlisted and
preferred tenderers (including details of their respective members, representatives,
advisers, consultants, contractors, servants and/or agents); the tender process; and/or
the award of the contract at any time.
Subject to the above, all Pre-Qualification Submissions will be treated on a confidential
basis by The Bank and its advisers.
2.6. Amendments to and/or Clarifications of the PIRM
If The Bank is of the opinion that a clarification of and/or amendment is required to be
made to the PIRM, and/or additional information is required to be issued (whether due
to a confidential query being raised, or otherwise), The Bank shall be entitled to make
any such clarification of and/or amendment to the PIRM and/or issue such additional
information, at any time.
2.7. Pre-Qualification Requirements
If a Pre-Qualification Submission fails to comply in any respect with the requirements
set out in the SAQ or the PIRM, The Bank shall be entitled (but shall not be obliged) to
take such action as it considers appropriate, including (but not limited to):
a. rejecting the relevant Pre-Qualification Submission as non-compliant;
b. without prejudice to The Bank's right to reject the Pre-Qualification Submission:
i. meeting with, raising issues and/or seeking clarification from the Applicant in respect of the relevant Pre-Qualification Submission;
ii. requesting the Applicant to provide The Bank with information or items which have not been provided or have been provided in an incorrect form;
iii. waiving a requirement which, in the opinion of The Bank, is minor or procedural; and/or
iv. amending the relevant requirements of this PIRM and inviting Applicants to adjust their Pre-Qualification Submission on the basis of such revised requirement. Provided however that no amendment and/or change to a
Page 18 of 25
requirement of this PIRM shall be permitted if, in the opinion of The Bank, the amendment and/or change, if accepted, would constitute a material amendment and/or change to The Bank’s requirements.
2.8. Conflict of Interest
Any conflict of interest or potential conflict of interest must be fully disclosed to The
Bank as soon as such conflict or potential conflict becomes apparent. In the event of any
conflict or potential conflict of interest, The Bank shall, in its absolute discretion, decide
on the appropriate course of action which may involve inter alia the exclusion of the
relevant Applicant from the procurement process or permitting the situation to continue
subject to appropriate safeguards being agreed, put in place and observed.
2.9. Tax Clearance Certificates
It is a condition of entry into contract that the successful tenderer is required to produce
for inspection by The Bank a current valid tax clearance certificate within two (2) weeks
of request (or such period as may be mutually agreed between the Bank and the
successful tenderer). The successful tenderer (and any sub-contractors) must continue
to hold current versions of such certificate until the final payment becomes due under
the contract.
2.10. Own Costs
The Bank is not responsible for and will not pay for any expense or cost incurred or loss
or damage suffered or incurred by an Applicant in the preparation or submission of its
Pre-Qualification Submission, participation in this competition or otherwise. Further,
The Bank is not responsible for any travel or accommodation costs incurred by the
Applicant unless previously agreed in writing by The Bank. Each Applicant is fully
responsible for the entirety of all expenses and/or costs it incurs in the presentation or
submission of a Pre-Qualification Submission or in participating in this process and
competition.
2.11. Governing Law
This PIRM, SAQ and any matter or disputes related to or in any way connected with or
arising out of this competition are governed by and construed in accordance with Irish
law and subject to the exclusive jurisdiction of the Irish courts.
Page 19 of 25
3. Project Information and Service Requirements
3.1. Contact details of the Contracting Authority
Contracting Authority Name: Central Bank of Ireland
Contact Address for
Contracting Authority:
PO Box No 559
Dame Street Dublin 2 Ireland
Contact Name: Michael Kavanagh
3.2. Submission of Pre-Qualification Submissions
Three (3) hard copies (one to be clearly marked as the master hard copy) and one (1) soft
copy (the soft copy must be submitted on USB or CD with the hard copies as part of the
submission) of each completed Pre-Qualification Submission must be submitted by either
registered post or hand delivered in a sealed envelope using the following label as a
template by 12:00 hrs. Friday 26th August 2016 (the “Closing Date”):
Pre-Qualification Submission Questionnaire Enclosed
EXPRESSION OF INTEREST - for an Architect led Design Team
PGRN0007 PHASE 3 Strategic Security Upgrade Project
Deadline Date for Receipt of Pre-Qualification Submissions: 12:00 hrs. Friday 26th August 2016 Delivery to: Mr Michael Kavanagh Category Manager – Central Services Procurement Division Central Bank of Ireland PO Box 559 Dame Street Dublin 2, Ireland
Page 20 of 25
. If there is a discrepancy between the submitted soft and hard copy submissions, the
master hard copy takes precedence over the soft copy, save where there are documents
missing from the master hard copy which are present in other copies. In this event, the
Bank shall be entitled to have regard to the documents in other copies.
Faxed or Electronic mailed (email) Pre-Qualification Submissions will not be accepted.
Pre-Qualification Submissions received after 12:00 (Dublin time) on the Closing Date and
after the opening of other Pre-Qualification Submissions shall not be accepted by The Bank
under any circumstances and shall be returned unopened to the Applicant, who is fully
responsible for the safe and timely delivery of its Pre-Qualification Submissions. Late Pre-
Qualification Submissions received after 12:00 (Dublin time) on the Closing Date but
before the opening of other Pre-Qualification Submissions may be accepted at The Banks
sole discretion provided that the Applicant can satisfy The Bank that such Pre-Qualification
Submissions was dispatched prior to the Closing Date.
Page 21 of 25
3.3. Queries
All queries in relation to the competition must be sent via the messaging facility available
on www.etenders.gov.ie. Should The Bank respond to queries, subject to the provisions
below in relation to confidential queries, they will be circulated in clarification documents
which will be issued only to those Applicants that have registered an interest in the
competition on www.etenders.gov.ie. The identity of a person making a query will not be
disclosed when circulating the response.
Queries must be raised as soon as possible, and should be raised in any event no later
than the date 14 calendar days before the Closing Date, although The Bank may at its
discretion respond to queries raised after that date. The Bank has no obligation to
respond to queries. If The Bank responds to a query, it will send the response to all
Applicants, unless the Applicant has clearly designated the query as confidential. If the
Applicant has designated the query as confidential, and The Bank decides that the
response should, nevertheless, be sent to all Applicants, The Bank will so notify the
Applicant raising the query, who will, subject always to The Bank’s rights under paragraph
2.6 of this PIRM, have the option of withdrawing the query or having any response sent
to all Applicants.
If an Applicant becomes aware of any ambiguity, discrepancy, error, or omission in or
between these documents, it must immediately notify The Bank, even after the time for
submitting queries has expired.
Page 22 of 25
4. Procurement Process
4.1. Introduction
A notice has been dispatched by The Bank to the Official Journal of the European Union
with respect to this contract inviting submissions from interested parties with a view to
being short-listed to submit a tender for the services. This section provides additional
information in relation to the competition.
4.2. Restricted Procedure
The Bank has selected the Restricted Procedure, which is a two-stage process which
allows The Bank to draw up a short-list of suitable Applicants by undertaking a pre-
qualification stage, prior to the issue of the ITT.
Stage 1 of the Restricted Procedure involves The Bank undertaking a suitability
assessment process. This is identified in the following Flow Chart:
Diagram No.1 Restricted Procedure Process Flowchart
Applicants should refer to Section 3 of the SAQ and Appendix A of this document which
identifies information to be submitted during stage 1.
Pre-Qualification Submissions will be assessed on the basis of the rules, criteria and
weightings set out in the SAQ.
STAGE 1: Suitability Assessment
Publish OJEU notice inviting Expressions of Interest from prospective applicants
Suitability Assessment Questionnaires and Declarations completed by Applicants
Evaluation Process by The Bank
Applicants notified of outcome
Proceed to Stage 2 – Tender Process with shortlisted applicants
Page 23 of 25
Upon completion of the Applicant shortlisting, stage 1 will be complete. The procurement
process will then move into stage 2 – the tender process, which begins with The Bank
issuing an ITT to shortlisted Applicants.
4.3. Suitability Assessment Process (Stage 1)
The objective of the suitability assessment process is to identify Applicants that meet the
technical and financial capacity minimum standards and then to qualitatively assess and
rank those who meet those minimum standards.
The minimum standards for the assessment criteria are identified (where applicable) at
each question within the SAQ. The assessment criteria are set out within Section 3.0 of
the SAQ.
Applicants who are not eliminated in accordance with the elimination or pass/fail criteria
as set out within Section 3.0 of the SAQ, will be qualitatively assessed and ranked against
each criterion with a weighted score and marked in accordance with the rules set out in
this PIRM. Applicants must achieve the minimum marks indicated below as part of the
qualitative assessment. Applicants who do not achieve the minimum marks will not have
their applications considered further.
Criteria
Marks Minimum Marks
Criterion 3.4a: Education and Professional Qualifications – Management
200 Marks
100 Marks
Criterion 3.4b: Education and Professional Qualifications – Personnel
200 Marks
100 Marks
Criterion 3.4c: Experience over the Past 5 Years In the delivery of projects of similar scope (high security operational environment) and similar scale (value).
600 Marks
300 Marks
Table No.1: Qualitative Markings
4.4. Self-declaration by Applicants
As set out at section 1.14.2 above, the SAQ has been structured to request Applicants to
self-declare against certain criteria at this stage in the process. Where requested by the
Bank, Applicants may be required to provide evidence to substantiate the declarations
made.
The self-declaration may be made by signing the declaration form on the last page of the
SAQ. The Bank will also accept declarations made using the European Single Procurement
Page 24 of 25
Document. Applicants who wish to utilise a European Single Procurement Document
should contact the Bank promptly and a form will be provided for use.
4.5. Declaration on mandatory and discretionary exclusion grounds
Sub-criterion 3.1 in the accompanying SAQ has not yet been updated to reflect Directive
2014/24/EU and its transposing regulations. Applicants shall note that in that Directive,
additional grounds require to be covered by the declaration which is referred to in sub-
criterion 3.1. Applicants shall therefore strike out the text in sub-criterion 3.1 of the SAQ
starting with “GROUNDS FOR EXCLUDING SERVICE PROVIDERS…” to “…failed to provide
required information” and replace it with the text below:
“GROUNDS FOR EXCLUDING SERVICE PROVIDERS FROM A TENDER COMPETITION
Subject always to the provisions of Article 57 of Directive 2014/24/EU and Regulation 57 of the European Union (Award of Public Authority Contracts) Regulations 2016 (SI 284 of 2016):
if any of the conditions set out in Articles 57(1) or 57(2) of Directive 2014/24/EU or Regulations 57(1) or 57(3) of the 2016 Regulations apply to the Applicant (or any member of the Applicant, in the case of a group), the Applicant shall be excluded from the competition;
if any of the conditions set out in Articles 57(4) of Directive 2014/24/EU or Regulation 57(8) of the 2016 Regulations apply to the Applicant (or any member of the Applicant, in the case of a group), the Applicant may be excluded from the competition.
Entities being relied upon for the purpose of section 3.5 of this RFT must also sign a declaration in relation to the above grounds. Subject again to the provisions of Article 57 of Directive 2014/24/EU and Regulation 57 of the 2016 Regulations, to the extent that any of the grounds listed in Articles 57(1) and 57(2) of Directive 2014/24/EU or Regulations 57(1) or 57(3) of the 2016 Regulations applies to such entity, the Bank shall require that the Applicant replaces such entity with another entity to whom the grounds do not apply.”
Page 25 of 25
5. Opening and Evaluation of Submissions
5.1. Evaluation of Pre-Qualification Submissions
Pre-Qualification Submissions will be evaluated in accordance with the selection criteria,
minimum rules and weightings (where applicable) specified in the SAQ.
The responses in sections 3.4a, b, & c of the Pre-Qualification Submissions will be
assessed by being given a rating between 0-100%, bearing in mind the scoring guidance
noted in Table 2 below
Rating General Meaning
0% No answer provided, completely failed to address the criterion.
1% - 20% Poor: Pre-Qualification Submission Proposals significantly fails to address the sub-criterion requirements or contains significant shortcomings or inconsistencies.
21% - 40% Fair; the Pre-Qualification Submission fails to address the sub-criterion requirements or contains shortcomings or inconsistencies.
41% - 60% Good: the Pre-Qualification Submission addresses the sub-criterion requirements in some respects, but not in others or are lacking or inconsistent.
61% - 80% Very Good: Pre-Qualification Submission addresses the sub-criterion requirements in the majority of respects, but with minor omissions or inconsistencies and has limited shortcomings or inconsistencies.
81% - 100% Excellent: the Pre-Qualification Submission comprehensively addresses all the requirements in all respects and contains no or very few omissions or shortcomings.
Table No. 2 – Evaluation Score Rating
The rating (percentage) awarded to the responses to section 3.4a, b, & c of the Pre-
Qualification submissions will be multiplied by the available marks for each sub-criterion
as set out in table No.1 at section 4.3 of this document (such that, for example, an
Applicant scoring 60% for criterion 3.4(a), which has 200 marks available in total, will
obtain a mark of 120, being 60% x 200).
The final scores for each sub-criterion will then be added together to give the final
overall score and ranking. The 5 highest ranked Applicants, provided sufficient are
suitable qualified, will be brought through to the tender stage of the competition.
Page 26 of 25
6. Other items
6.1. General Notes
It must be noted that all members of the successful Design Team will need to be vetted
by An Garda Siochana prior to commencement of the engagement. A signed An Garda
Siochana Declaration form will be required from each member of the Design Team to
confirm that the all personnel proposed to carry out the work have no criminal
convictions or any pending legal actions against them. A separate form will required for
each person. Failure to disclose information or the provision of incorrect information may
be cause for disqualification from this tender process.
The personnel proposed in the submission must be the personnel that will carry out the
work, subject to provisions which will be set out in the contract to be entered into with
the successful tenderer regarding change in personnel. Any change in personnel must be
such as would not affect an Applicant’s shortlisted status.
Notwithstanding the above, the Central Bank of Ireland reserves the right, at its absolute
discretion, to refuse to accept alternative proposed staff, and to insist that selected staff
in the employment of the successful applicant be assigned to the services.
Appendix No.1 - Curricula Vitae and Experience Requirements Page 1 of 5
1. General
Section 2 and 3 of Appendix No.1 outlines the numbers of CV’s to be returned by (the Architect and all Principal Service Providers). In assessing CVs, where more CVs than are permitted are submitted, the Bank will read the permitted number of CVs, in the order in which they are contained in the submission. CVs after the permitted number will be disregarded.
Curricula Vitae must be returned in the format presented in Appendix No.2
2. Management CV’s required – SAQ Criterion 3.4(a)
Each management personnel member (Proposed Staff Member) must:
i) be at board level in their respective organisation, (a company organisation chart is required
to be submitted to confirm this); and
ii) have at least 10 years’ post graduate experience in the construction industry..
The above criteria will be assessed on a pass/fail basis.
The experience of each staff Proposed Staff Member will be qualitatively assessed by reference to the
projects nominated, with a total of 200 marks available. The Applicant must demonstrate by reference to
the nominated projects that the Proposed Staff Member has:
i) worked in a Project Director role in projects of similar scale, complexity and value to the
project described in section 1.4;
ii) experience of relationship management with the client; and,
iii) a strong commercial expertise in the management of value and costs.
Applicants should nominate no more than four projects per Proposed Staff Member. For each of the
nominated projects the Applicant should detail (i) the Proposed Staff Member’s project responsibilities,
(ii) how the Proposed Staff Member managed the relationship with the client and (iii) how the Proposed
Staff Member managed value and costs for the relevant project.
Item Description Service Level Minimum number of years’ of post graduate experience.
1 Lead Consultant Architect/PM Project Director
10 years
2 Principal Service Provider Quantity Surveyor
Project Director
10 years
3 Principal Service Provider Building Services Engineer
Project Director
10 years
4 Principal Service Provider Civil Structural Engineer
Project Director
10 years
5 Principal Service Provider Planning Consultant
Project Director
10 years
6 Principal Service Provider Landscape Architect
Project Director
10 years
Appendix No.1 - Curricula Vitae and Experience Requirements Page 2 of 5
7 Principal Service Provider PSDP Project Director
10 years
8 Principal Service Provider Assigned Certifier See Note 2.
Project Director
10 years
Table No.1
NOTE:
1. On each CV, Applicants must identify clearly the role the CV pertains to.
2. Assigned Certifier shall be named on a register maintained pursuant to Part 3 or Part 5 of the
Building Control Act 2007 or Section 7 of the Institution of Civil Engineers of Ireland (Charter
Amendment) Act 1969. The Assigned Certifier must be registered with a professional organisation
(RIAI / SCSI / IEI or equivalent) with a minimum of 5 years’ experience working within the
construction industry design process.
Appendix No.1 - Curricula Vitae and Experience Requirements Page 3 of 5
3. Personnel CV’s required – SAQ Criterion 3.4(b)
Personnel CV’s must be provided for each of the roles identified in Table No.2 below. Each Project
personnel member (Proposed Staff Member) must:
i) have the qualifications listed in Table No.2 or be at the level noted in Table No.2 in their
respective discipline; and
,
ii) have the minimum number of years’ experience in the construction industry since achieving
the minimum professional grade (as per Table No.2 below.)
The above criteria will be assessed on a pass/fail basis.
Applicants must supply CVs for the following roles:
Senior Architect/PM:
One (1) senior architect to act as the Project Manager and leader of the project team. The Proposed Staff
Member’s CV must nominate a maximum of four projects. The experience of the Proposed Staff Member
will be qualitatively assessed by reference to the projects nominated with a total of 200 marks available..
The Applicant must demonstrate by reference to the nominated projects that the Proposed Staff Member
has:
i) Senior project management experience in projects of similar scale, complexity and value to
the project described in section 1.4;
ii) experience of relationship management with the client, design team, and main contractor;
and
iii) strong commercial expertise in the management of value and costs.
Applicants should nominate no more than four projects per Proposed Staff Member. For each of the
nominated projects the Applicant should detail (i) the Proposed Staff Member’s project responsibilities,
(ii) how the Proposed Staff Member managed the relationship with the client, design team and main
contractor, and (iii) how the Proposed Staff Member managed value and costs for the relevant project.
Architect Project Support:
One (1) project support resource. The resource must (i) demonstrate previous project support experience
and (ii) have at least 5 years postgraduate project experience in delivering project support services. This
criteria will be assessed on a pass/fail basis..
Principal Service Providers:
For each Principal Service Provider, firms must nominate one (1) senior level person in the associated
discipline to act as the Project Discipline Lead. The resource must have experience in delivering services
similar to the services required for their respective disciplines as described in sections 1.7-1.13, as part of
a project team.
Appendix No.1 - Curricula Vitae and Experience Requirements Page 4 of 5
The Proposed Staff Members’ CVs should nominate no more than four projects. The experience of the
Proposed Staff Member will be qualitatively assessed by reference to the nominated projects with a total
of 200 marks available. The Applicant must demonstrate by reference to the nominated projects that
the Proposed Staff Member has:
i) Senior level experience in delivering the design (as part of a design team) of projects of similar
scale, complexity and value to the project described in section 1.4.
For each of the nominated projects the Applicant should detail the Proposed Staff Member’s project
responsibilities and deliverables.
Evidence shall be provided in the form detailed in Appendix No.2 - Curriculum Vitae.
Applicants must not include their management personnel included at Criterion 3.4a under this criterion.
Item Description Service Role Minimum Professional Grade (or equivalent - reference Note 3)
Minimum number of years’ experience since achieving professional grade.
1 Lead Consultant Senior Architect/PM
Project Manager RIAI Part 3 10 years
2 Lead Consultant Architect/PM Project Support RIAI Part 3 5 years
3 Principal Service Provider
Senior Quantity Surveyor
Project Discipline Lead
MSCSI 10 years
5 Principal Service Provider
Senior Building Services Engineer
Project Discipline Lead
Chartered Member of
IEI
10 years
7 Principal Service Provider
Senior Civil Structural Engineer
Project Discipline Lead
Chartered Member of
IEI
10 years
9 Principal Service Provider
Senior Planning Consultant
Project Discipline Lead
Corporate Member of
IPI
10 years
11 Principal Service Provider
Landscape Architect Project Discipline Lead
Full Registered
member of Irish
Landscape Institute
5 years
13 Principal Service Provider
PSDP Project Discipline Lead
Level 5 Health &
Safety Qualification
recognised by the
National Framework
of
Qualifications/Quality
and Qualifications
Ireland (QQI)
5 years
15 Principal Service Provider
Assigned Certifier Project Discipline Lead
Note 4 5 years
Table No.2
Appendix No.1 - Curricula Vitae and Experience Requirements Page 5 of 5
NOTE:
1. On each CV, Applicants must identify clearly the role the CV pertains to.
2. A minimum requirement which must be demonstrated on each CV submitted is a level eight
qualification recognised by the National Framework of Qualifications/Quality and Qualifications
Ireland (QQI) , or other equivalent professional qualification in the construction discipline
relevant to the individual role (e.g. for the Building Services Engineering role, BSc Eng. Building
Services)
3. European Directive 2005/36/EC provides for the mutual recognition of professional qualifications
awarded in the EU Member States and for access to the profession in any Member State by EU
nationals holding those qualifications.
4. Assigned Certifier shall be named on a register maintained pursuant to Part 3 or Part 5 of the
Building Control Act 2007 or Section 7 of the Institution of Civil Engineers of Ireland (Charter
Amendment) Act 1969. The Assigned Certifier must be registered with a professional organisation
(RIAI / SCSI / IEI or equivalent) with a minimum of 5 years’ experience working within the
construction industry design process.
Appendix No. 2 Curriculum Vitae Template Page 1 of 5
Curriculum Vitae – Template
Applicant Information
Full Company Name
Candidate Name
Company Role
Proposed Project Role
Time with the company
Project Role
Ref. Type (Management or Personnel)
Proposed Role in project
Education
Ref. Education Institution Professional Qualification Specialisation Date Completed
Professional Grades (CPD)
Ref. Professional Body Grade Date Conferred
Health and Safety Training (if applicable)
Ref. H&S Training Awarding Body Date Conferred
Appendix No. 2 Curriculum Vitae Template Page 2 of 5
Professional Experience Candidate Name: __________________
Project No.1
Project Title
Description of project
Your role and responsibilities
Construction Value Start Date Finish Date
Contracting Authority
CA contact name Position in CA organisation
Contact Phone No:
Lead Consultant on Project
Lead Consultant contact name
Contact Phone No:
How is your experience gained on the reference project relevant to the qualification criteria in Appendix 1, Sections 2 or 3 (as applicable)
Appendix No. 2 Curriculum Vitae Template Page 3 of 5
Professional Experience Candidate Name: __________________
Project No.2
Project Title
Description of project
Your role and responsibilities
Construction Value Start Date Finish Date
Contracting Authority
CA contact name Position in CA organisation
Contact Phone No:
Lead Consultant on Project
Lead Consultant contact name
Contact Phone No:
How is your experience gained on the reference project relevant to the qualification criteria in Appendix 1, Sections 2 or 3 (as applicable)
Appendix No. 2 Curriculum Vitae Template Page 4 of 5
Professional Experience Candidate Name: __________________
Project No.3
Project Title
Description of project
Your role and responsibilities
Construction Value Start Date Finish Date
Contracting Authority
CA contact name Position in CA organisation
Contact Phone No:
Lead Consultant on Project
Lead Consultant contact name
Contact Phone No:
How is your experience gained on the reference project relevant to the qualification criteria in Appendix 1, Sections 2 or 3 (as applicable)
Appendix No. 2 Curriculum Vitae Template Page 5 of 5
Professional Experience Candidate Name: __________________
Project No.4
Project Title
Description of project
Your role and responsibilities
Construction Value Start Date Finish Date
Contracting Authority
CA contact name Position in CA organisation
Contact Phone No:
Lead Consultant on Project
Lead Consultant contact name
Contact Phone No:
How is your experience gained on the reference project relevant to the qualification criteria in Appendix 1, Sections 2 or 3 (as applicable)
Appendix No. 3 Additional Information - Experience Page | 1 of 2
APPENDIX No.3 Experience of Firm (SAQ Criterion 3.4(c)) 1. Experience Required to be demonstrated in the Projects to be submitted in response to SAQ
Criterion 3.4(c)
Applicants are requested to provide details of experience in the design of projects of the same scale,
complexity and value as the project set out in Section 1 of this document.
A maximum of 4 projects may be submitted by the Applicant and listed in Appendix B1of the SAQ
document ( B1: LIST OF PREVIOUS PROJECTS/CERTIFICATE OF SATISFACTORY EXECUTION)
Applicants should provide a commentary for each of the projects submitted in the Certificates of
Satisfactory Execution provided at Appendix B3 of the SAQ document outlining the similarities to
the.proposed works. The maximum number of projects and additional requirements are listed in Table
No.3 below:
Item Description Service Experience Required Additional Requirements
1 Lead Consultant
Architect/PM A maximum of four projects of similar scale, value and complexity to the project described in section 1.4 complete or Practically Complete in the 5 years preceding the Closing Date
A minimum of two (2) of the projects put forward must include design of significant security installations. (Examples of significant security installations include (but are not limited to) the installation of Security Control rooms, operating in a security sensitive manufacturing environment and installations in prisons)
2 Principal Service Provider
Quantity Surveyor
A maximum of four projects of similar scale, value and complexity to the project described in section 1.4 complete or Practically Complete in the 5 years preceding the Closing Date
Not applicable
3 Principal Service Provider
Building Services Engineer
A maximum of four projects of similar scale, value and complexity to the project described in section 1.4 complete or Practically Complete in the 5 years preceding the Closing Date
A minimum of two (2) of the projects put forward must include design of significant security installations. (Examples of significant security installations include (but are not limited to) the installation of Security Control rooms, operating in a security sensitive manufacturing environment and installations in prisons)
4 Principal Service Provider
Civil Structural Engineer
A maximum of four projects of similar scale, value and complexity to the project described in section 1.4
Not applicable
Appendix No. 3 Curriculum Vitae Template Personnel Page | 2 of 2
complete or Practically Complete in the 5 years preceding the Closing Date
5 Principal Service Provider
Planning Consultant
A maximum of four projects of similar scale, value and complexity to the project described in section 1.4 complete or Practically Complete in the 5 years preceding the Closing Date
Not applicable
6 Principal Service Provider
Landscape Architect
A maximum of four projects of similar scale, value and complexity to the project described in section 1.4complete or Practically Complete in the 5 years preceding the Closing Date
Not applicable
7 Principal Service Provider
PSDP A maximum of four projects of similar scale, value and complexity to the project described in section 1.4 complete or Practically Complete in the 5 years preceding the Closing Date
Not applicable
8 Principal Service Provider
Assigned Certifier
A maximum of four projects of similar scale, value and complexity to the project described in section 1.4 complete or Practically Complete in the 5 years preceding the Closing Date
Not applicable
Table No.3