Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Forensic Construction Management and Scheduling Analysis Specialist Services
Reference number: FCM2019
II.1.2)Main CPV code
79422000 Arbitration and conciliation services
II.1.3)Type of contract
Services
II.2)Description
II.2.1)Title:
Forensic Construction Management and Scheduling Analysis Specialist Services
II.2.3)Place of performance
NUTS code: IE0 Ireland
NUTS code: IE Éire / Ireland
Main site or place of performance:
II.2.4)Description of the procurement at the time of conclusion of the
contract:
Provision of Forensic Construction Management and Scheduling Analysis Specialist Services including;
1. Monthly progress monitoring and reporting;
2. Monthly meetings with the Employer’s Representative/Design Team; and
3. Supporting the Employer’s Representative in the review and assessment of time-related claims.
II.2.7)Duration of the contract, framework agreement, dynamic purchasing system or
concession
Start: 21/11/2019
End: 18/11/2022
II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
Section V: Award of contract/concession
Title:
Forensic Construction Management and Scheduling Analysis Specialist Services
V.2)Award of contract/concession
V.2.1)Date of conclusion of the contract/concession award decision:
06/11/2019
V.2.2)Information about tenders
The contract/concession has been awarded to a group of economic operators: no
V.2.3)Name and address of the contractor/concessionaire
Official name: Kroll Advisory Limited (following acquisition of Blackrock Expert Services Limited)
National registration number: 05568550
Postal address: 7 Albemarle Street, London, United Kingdom, W1S 4HQ
Town: London
NUTS code: UK United Kingdom
Postal code: W1S 4HQ
Country: United Kingdom
Internet address: www.kroll.com
The contractor/concessionaire is an SME: no
V.2.4)Information on value of the contract/lot/concession (at the time of conclusion
of the contract;excluding VAT)
Total value of the procurement: 10 570 454.00 EUR
Section VI: Complementary information
VI.3)Additional information:
VI.4)Procedures for review
VI.4.1)Review body
Official name: High Court of Ireland
Postal address: High Court Central Office Four Courts, Inns Quay, Dublin 7
Town: Dublin
Postal code: D07 N972
Country: Ireland
E-mail:
highcourtcentraloffice@courts.ie
Telephone: +353 8886000
VI.4.3)Review procedure
Precise information on deadline(s) for review procedures:
VI.5)Date of dispatch of this notice:
19/12/2023
Section VII: Modifications to the contract/concession
VII.1)Description of the procurement after the modifications
VII.1.1)Main CPV code
79422000 Arbitration and conciliation services
VII.1.2)Additional CPV code(s)
71315200 Building consultancy services
71318000 Advisory and consultative engineering services
71319000 Expert witness services
71356000 Technical services
71500000 Construction-related services
71530000 Construction consultancy services
71620000 Analysis services
VII.1.3)Place of performance
NUTS code: IE Éire / Ireland
Main site or place of performance:
VII.1.4)Description of the procurement:
Extension to contract and additional fees associated with the provision of Forensic Construction Management and Scheduling Analysis Specialist Services in connection with the new
children"s hospital on the site of the St James’s Hospital Campus, Dublin 8.
VII.1.5)Duration of the contract, framework agreement, dynamic purchasing system or
concession
Duration in months: 36
VII.1.6)Information on value of the contract/lot/concession (excluding VAT)
Total value of the contract/lot/concession: 10 570 454.00 EUR
VII.1.7)Name and address of the contractor/concessionaire
Official name: Kroll Advisory Limited (following acquisition of Blackrock Expert Services Limited)
National registration number: 05568550
Postal address: 7 Albemarle Street
Town: London
NUTS code: UK United Kingdom
Postal code: W1S 4HQ
Country: United Kingdom
Internet address: www.kroll.com
The contractor/concessionaire is an SME: no
VII.2)Information about modifications
VII.2.1)Description of the modifications
Nature and extent of the modifications (with indication of possible earlier changes to the contract):
The Board requires for crucial continuity an extension to the contract that reflects the extended construction and substantial completion timeline including the defects liability
period for the project to avoid significant technical and economic inconvenience and disruption to the existing Forensic Construction Management and Scheduling Analysis Specialist
Services.
VII.2.2)Reasons for modification
Need for additional works, services or supplies by the original contractor/concessionaire (Art. 43(1)(b) of Directive 2014/23/EU, Art. 72(1)(b) of Directive 2014/24/EU, Art. 89(1)(b)
of Directive 2014/25/EU)
Description of the economic or technical reasons and the inconvenience or duplication of cost preventing a change of contractor:
In Nov 2019, the Board awarded the contract to Blackrock Expert Services (since acquired by Kroll Advisory Services LTD) for a period of 36 months subject to two 1 year permitted
extensions. The contract is due to expire & due to the unanticipated prolongation of the project, the Board is of the view it is justified in relying on the provisions of
Article 72(1)(b) as a change in service provider at this advanced stage would as a min lead to significant technical and economic inconvenience & disruption to the existing
Forensic Construction Management & Scheduling Analysis Specialist Services & would expose the project to a significant degree of risk while an alternative provider is
secured. This is based on the specialist/expert nature of the services & the specific unique technical know-how and knowledge built up by Kroll during the term of the Contract
particularly in the case of data, records and reports it has collected & prepared as part of its role as independent delay expert.
VII.2.3)Increase in price
Updated total contract value before the modifications (taking into account possible earlier contract modifications and price adaptions and, in the case of Directive 2014/23/EU,
average inflation in the Member State concerned)
Value excluding VAT: 10 570 454.00 EUR
Total contract value after the modifications
Value excluding VAT: 13 970 452.00 EUR