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 agreement for Quantity Surveying Service in 2 Lots Lot 1 Quantity Surveying Services for Part V housing Calculations Lot 2: General Quantity Surveying Services.
II.1.2)Main CPV code
71324000
II.1.3)Type of contract
Services
II.1.4)Short description:
Louth County Council is seeking to establish a Multi -party framework agreement for Quantity Surveying Services for 2 Lots based on Sample Contracts.
Lot 1 Quantity Surveying Services relating to Part V Housing Evaluations
Lot 2: General Quantity Surveying services
Each multi-party framework agreement will be established with 6 number of members, if such number of suitably qualified tenderers are available.
The maximum estimated value of services for both Lot 1 and Lot 2 over the lifetime of the framework(s) is in the region of 800 000 EUR to 1 000 000 EUR (exVAT)
Each framwork will be established for a period of four (4) years. For the avoidance of doubt, the period for delivery of any contracts awarded under the framework may extend beyond that date of expiry of the framework agreement.
II.1.5)Estimated total value
Value excluding VAT: 1 000 000.00 EUR
II.1.6)Information about lots
This contract is divided into lots: yes
Tenders may be submitted for all lots
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:
If applying for more than one Lot, Tenderers must be able to demonstrate, to the satisfaction of Louth County Council, that they have the technical and human resources available to undertake multiple projects concurrently.
II.2)Description
II.2.1)Title:
Lot 1 — Quantity Surveying Services-Part V Housing Evaluations
Lot No: 1
II.2.2)Additional CPV code(s)
71322100
II.2.3)Place of performance
NUTS code: IE
Main site or place of performance:
II.2.4)Description of the procurement:
Lot 1 — Quantity Surveying Services-Part V Housing Evaluations
In general, the QS will be required to work with Louth County Council in the delivery of social housing stock through the Part V provision of the Planning and Development Act:
This will involve, but is not limited to the following:
i. Review land valuations to calculate part V liability,
ii. review of cost plans submitted of housing schemes,
iii. Review Applicant's construction costs for each dwelling type to ensure that are reflective of the actual costs,
iv. Liaise with the Applicant to negotiate agreed costs (via email or meetings),
v. Prepare Development Appraisal reports and make recommendations to the Contracting Authority.
The services may also extend to providing quantity surveying services in respect of applications received for the provision of accommodation by Approved Housing Bodies (Voluntary and Co-Operative Housing).
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: 500 000.00 EUR
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
The framework will be established on foot of a sample contract. The procedure for awarding contracts under the framework is set out in the tender documents.
II.2)Description
II.2.1)Title:
Lot 2 — General Quantity Surveying Services
Lot No: 2
II.2.2)Additional CPV code(s)
71322100
II.2.3)Place of performance
NUTS code: IE
Main site or place of performance:
II.2.4)Description of the procurement:
Lot 2 — General Quantity Surveying Services
Provision of professional advice on projects relating to Louth County Council (not specifically limited to Housing /Planning departments). These projects can range in nature from cost monitoring on construction projects to general professional advice on cost plans/bills of quantities for proposed works.
The range of services will include, but are not limited to, the following:
a) Preparation of BOQs,
b) Preparation of tender documentation and assistance with tender evaluations and preparation of contract documents,
c) Contract management (including preparation of correspondence with the Main Contractor in accordance with the contract, reports and recommendations in relation to claims, representation at conciliation meetings etc.),
d) Partaking in adjudications, conciliations, arbitrations and dispute resolution in regards to construction projects,
e) Preparation of Final Account report and recommendations to the Contracting Authority on same.
The requirements of Lot 2 may also include providing quantity surveying services in respect of applications received for the provision of accommodation by Approved Housing Bodies (Voluntary and Co-Operative Housing):
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: 500 000.00 EUR
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
The framework will be established on foot of a sample contract. The procedure for awarding contracts under the framework is set out in the tender documents.
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:
The applicant must be a qualified Quantity Surveyor and hold membership of an associated professional body (MSCSI and/or MRICS and/or equivalent)
NB. Where an equivalent qualification or professional body membership is claimed, the onus is on the applicant to provide evidence of same.
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:
Please refer to tender documents for further details.
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: 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: 08/12/2017
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
Duration in months: 12 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tenders
Date: 08/12/2017
Local time: 16:00
Section VI: Complementary information
VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about electronic workflows
Electronic payment will be used
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:
09/11/2017