Directive 2014/24/EU
Section I: Contracting authority
I.2)Joint procurement
I.3)Communication
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted to the abovementioned address
I.4)Type of the contracting authority
Ministry or any other national or federal authority, including their regional or local subdivisions
I.5)Main activity
General public services
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Framework for the provision of Engineering Consultancy Services for Flood Risk Management Projects.
Reference number: Engineering Consultancy F'work
II.1.2)Main CPV code
71310000
II.1.3)Type of contract
Services
II.1.4)Short description:
The Office of Public Works (OPW) is developing Flood Risk Management Plans (FRMPs) which will set out a range of proposed measures and actions to manage and reduce flood risk. The purpose of this tender competition is to establish a multi-supplier framework agreement for the provision of engineering consultancy services to develop the outline measures in the FRMPs through more detailed engineering design, environmental assessment, development of contract documents, procurement of engineering contractors and management of contracts to successfully deliver structural flood relief measures.
II.1.5)Estimated total value
Value excluding VAT: 21 000 000.00 EUR
II.1.6)Information about lots
This contract is divided into lots: yes
Tenders may be submitted for all lots
II.2)Description
II.2.1)Title:
Projects with a total estimated project value of EUR5 million or more.
Lot No: 1
II.2.2)Additional CPV code(s)
71310000
II.2.3)Place of performance
NUTS code: IE0
Main site or place of performance:
Various locations in Ireland.
II.2.4)Description of the procurement:
Provision of engineering consultancy services to develop outline measures contained in Flood Risk Management Plans through more detailed engineering design, environmental assessment, development of contract documents, procurement of engineering contractors and management of contracts to successfully deliver structural flood relief measures. This Lot applies to projects (or combinations of projects) with an estimated total project value of 5 000 000 EUR or more.
II.2.5)Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
Value excluding VAT: 15 700 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewal: yes
Description of renewals:
The Framework Owner reserves the right to extend the Framework for a period or periods of up to 1 year with a maximum of 2 such extensions. The duration of the Framework will not exceed four (4) years in aggregate.
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: no
II.2.12)Information about electronic catalogues
II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
II.2)Description
II.2.1)Title:
Projects with a total estimated project value of less than EUR5 million.
Lot No: 2
II.2.2)Additional CPV code(s)
71310000
II.2.3)Place of performance
NUTS code: IE0
Main site or place of performance:
Various locations in Ireland.
II.2.4)Description of the procurement:
Provision of engineering consultancy services to develop outline measures contained in Flood Risk Management Plans through more detailed engineering design, environmental assessment, development of contract documents, procurement of engineering contractors and management of contracts to successfully deliver structural flood relief measures. This Lot applies to projects (or combinations of projects) with an estimated total project value of less than 5 000 000 EUR.
II.2.5)Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
Value excluding VAT: 5 400 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewal: yes
Description of renewals:
The Framework Owner reserves the right to extend the Framework for a period or periods of up to one year with a maximum of 2 such extensions. The duration of the Framework will not exceed four (4) years in aggregate.
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: no
II.2.12)Information about electronic catalogues
II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
Section III: Legal, economic, financial and technical information
III.1)Conditions for participation
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
III.1.2)Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3)Technical and professional ability
Selection criteria as stated in the procurement documents
III.1.5)Information about reserved contracts
III.2)Conditions related to the contract
III.2.1)Information about a particular profession
III.2.2)Contract performance conditions:
III.2.3)Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
Section IV: Procedure
IV.1)Description
IV.1.1)Type of procedure
Open procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 10
IV.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogue
IV.1.6)Information about electronic auction
IV.1.8)Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: yes
IV.2)Administrative information
IV.2.1)Previous publication concerning this procedure
IV.2.2)Time limit for receipt of tenders or requests to participate
Date: 06/02/2017
Local time: 12:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4)Languages in which tenders or requests to participate may be submitted:
English
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
Tender must be valid until: 07/04/2017
IV.2.7)Conditions for opening of tenders
Date: 06/02/2017
Local time: 12:00
Place:
Office of Public Works.
52 St. Stephen's Green.
Dublin D02 DR67.
Section VI: Complementary information
VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about electronic workflows
VI.3)Additional information:
VI.4)Procedures for review
VI.4.1)Review body
The High Court
Four Courts, Inns Quay
Dublin
7
Ireland
VI.4.2)Body responsible for mediation procedures
VI.4.3)Review procedure
VI.4.4)Service from which information about the review procedure may be obtained
VI.5)Date of dispatch of this notice:
06/01/2017