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
Regional or local authority
I.5)Main activity
General public services
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Multi-party Framework Engineering Consultancy Services for Roads Projects for Limerick.
II.1.2)Main CPV code
71311000
II.1.3)Type of contract
Services
II.1.4)Short description:
Multi-party Framework for Multi-Disciplinary Engineering Consultancy Services for Roads Infrastructure
Lot 1 Multi-Disciplinary Engineering Consultancy Services Contracts for Roads Infrastructure Projects (Design and Delivery Unit).
The nature of the contracts to be awarded under Lot 1 include stage (i) to (iv) services for the following:
— Distributor roads, e.g.
– Mungret Link Road;
– Castletroy.
— New Roads less 1 km,
— Improvement Works for Junctions,
— Public Realm Improvement Works in Urban and Village Environments.
Lot 2 Multi-Disciplinary Engineering Consultancy Services Contracts for Greenway Cycling Projects.
The nature of the contracts to be awarded under LOT 2 include stage (i) to (iv) services for the following:
— Realignment of existing road junctions where required to accommodate cycleway.
— Feasibility studies on greenway routes in Limerick.
— Installation of gates and signage on existing greenway route(s).
— Bridges, culverts, and underpasses on greenway.
II.1.5)Estimated total value
Value excluding VAT: 3 200 000.00 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:
Multi-Disciplinary Engineering Consultancy Services Contracts for Roads Infrastructure Project
Lot No: 1
II.2.2)Additional CPV code(s)
71300000
71320000
71332000
II.2.3)Place of performance
NUTS code: IE
Main site or place of performance:
Merchant's Quay, Limerick.
II.2.4)Description of the procurement:
See attached documents for further information.
II.2.5)Award criteria
Criteria below
Quality criterion - Name: Quality / Weighting: 80
Price - Weighting: 20
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: no
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:
Multi-Disciplinary Engineering Consultancy Services Contracts for Greenway Cycling Projects
Lot No: 2
II.2.2)Additional CPV code(s)
71300000
71320000
71332000
II.2.3)Place of performance
NUTS code: IE
Main site or place of performance:
Merchant's Quay, Limerick.
II.2.4)Description of the procurement:
See attached documents for further information.
II.2.5)Award criteria
Criteria below
Price
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: no
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
List and brief description of conditions:
See attached documents for further information.
III.1.2)Economic and financial standing
List and brief description of selection criteria:
See attached documents for further information.
Minimum level(s) of standards possibly required:
See attached documents for further information.
III.1.3)Technical and professional ability
List and brief description of selection criteria:
See attached documents for further information.
Minimum level(s) of standards possibly required:
See attached documents for further information.
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
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: 6
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: 04/04/2017
Local time: 16:00
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
IV.2.7)Conditions for opening of tenders
Date: 04/04/2017
Local time: 16:00
Place:
See attached documents for further information.
Information about authorised persons and opening procedure:
See attached documents for further information.
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:
See attached documents for further information.
VI.4)Procedures for review
VI.4.1)Review body
Limerick City & County Council
Limerick
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:
21/02/2017