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
Housing and community amenities
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
LCCC Public Land Activation Programme — Architect Led Integrated Design Team Masterplanning Consultancy Services Framework Agreement.
II.1.2)Main CPV code
71200000
II.1.3)Type of contract
Services
II.1.4)Short description:
Limerick City and County Council wishes to establish an Architect Led Integrated Design Team framework agreement to provide consultancy services to complete masterplan studies for a number of selected Council owned sites in the city and county. The scope of services of the Architect Led team may also include the design and delivery of selected sites beyond master planning stage and through all five stages of the Capital Works Management Framework. Refer to PIM and Masterplanning Brief for further details.
The Integrated Design Team must include the following disciplines/services:
Principal Service Providers:
1. Architectural Services to include Urban Designer, Planner, Conservation Architect, Fire Safety, PSDP, Landscape Architect, Assigned Certifier and Employers Representative (as specialist skills);
2. Civil and Structural Engineering to include Traffic/Transport Engineering services (as specialist skills);
3. Mechanical and Electrical Engineering;
4. Quantity Surveying.
II.1.5)Estimated total value
Value excluding VAT: 2 000 000.00 EUR
II.1.6)Information about lots
This contract is divided into lots: no
II.2)Description
II.2.1)Title:
II.2.2)Additional CPV code(s)
71220000
71240000
71250000
71300000
71311000
71312000
71320000
71321000
71324000
71333000
71400000
71410000
71420000
II.2.3)Place of performance
NUTS code: IE
Main site or place of performance:
II.2.4)Description of the procurement:
Limerick City and County Council wishes to establish an Architect Led Integrated Design Team framework agreement to provide consultancy services to complete masterplan studies for a number of selected Council owned sites in the city and county. The scope of services of the Architect Led team may also include the design and delivery of selected sites beyond master planning stage and through all 5 stages of the Capital Works Management Framework. Refer to PIM and Masterplanning Brief for further details.
The Integrated Design Team must include the following disciplines/services:
Principal Service Providers:
1. Architectural Services to include Urban Designer, Planner, Conservation Architect, Fire Safety, PSDP, Landscape Architect, Assigned Certifier and Employers Representative (as specialist skills).
2. Civil and Structural Engineering to include Traffic/Transport Engineering services (as specialist skills).
3. Mechanical and Electrical Engineering.
4. Quantity Surveying.
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: 2 000 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: yes
Description of renewals:
Framework term for 3 years with option to extend by a further 1 year. Total 4 years in the aggregate.
II.2.9)Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 6
Objective criteria for choosing the limited number of candidates:
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:
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
Section IV: Procedure
IV.1)Description
IV.1.1)Type of procedure
Restricted 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: 26/09/2017
Local time: 12:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date: 10/10/2017
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
Duration in months: 6 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tenders
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.4.2)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:
25/08/2017