Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
I.2)Type of the contracting authority
Regional or local authority
I.3)Main activity
General public services
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: no
Section II: Object of the contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Appointment of an Integrated Consultancy Team (ICT) for Enniskillen Town Centre Public Realm.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 11: Management consulting services [6] and related services
NUTS code UKN0
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves a public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)
Fermanagh and Omagh District Council wishes to appoint an integrated Consultancy Team for Enniskillen Town Centre Public Realm to develop, design and consult upon the scheme to secure all required statutory approvals, coordinate the procurement for an Integrated Supply Team (IST) to deliver the scheme, administer the contract, supervise the scheme during construction through to a snag free completion and handover.
The Economic Operator will be required to ensure the scheme is designed and constructed to the standards required for the re-adoption of the public realm by the various statutory authorities, including Transport NI.
The Council will also require the ICT to undertake extensive, meaningful and detailed consultation with all relevant stakeholders.
II.1.6)Common procurement vocabulary (CPV)
71420000, 71200000, 72224000, 71311000
II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)Lots
This contract is divided into lots: no
II.1.9)Information about variants
Variants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
The Economic Operator shall provide the following Services: Project Management, Civil Engineering, Quantity Surveying, Mechanical Services Engineering, Electrical Services Engineering, Traffic/Transportation Management Engineering, Landscape Architecture, Utilities Coordination, CEEQUAL Services, Site Supervision services and fulfil the role of Principal Designer.
The Economic Operator (or where the Economic Operator is a Group of Economic Operators, all parties forming the Group of Economic Operators) must provide at least one of the core disciplines listed below from within its own resources:
Core Disciplines:
Project Manager
Civil Engineer
Landscape Architect.
Estimated value excluding VAT:
Range: between 300 000 and 380 000 GBP
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
This contract is subject to renewal: no
II.3)Duration of the contract or time limit for completion
Duration in months: 48 (from the award of the contract)
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
The Economic Operator will have full contractual responsibility, an Economic Operator that is a Group of Economic Operators must provide joint and several liability to the Contracting Authority for the performance and fulfilment of the terms of the Contract.
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: no
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: As detailed within the PQQ documentation.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: Criteria as detailed within the PQQ Documentation.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
Criteria as detailed within the PQQ Documentation.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
Execution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the service
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no
Section IV: Procedure
IV.1)Type of procedure
IV.1.1)Type of procedure
Restricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Envisaged number of operators: 6
Objective criteria for choosing the limited number of candidates: It is anticipated that the 6 Economic Operators that; satisfy the completeness and compliance checks, the criteria for the rejection of Economic Operators, the information as to economic and financial standing, and who achieve the highest scores in the technical or professional ability evaluation process will be short-listed and invited to submit tenders.
Where there is a tie for 6th place, then all Economic Operators in 6th place will be invited to tender.
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated no
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auction
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
1617 TNDR RP 006
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Time limit for receipt of requests for documents or for accessing documents: 4.5.2017 - 12:00
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
4.5.2017 - 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
30.5.2017
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders
Date: 4.5.2017 - 14:00
Place:
Enniskillen
Persons authorised to be present at the opening of tenders: no
Section VI: Complementary information
VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information
The date indicated for issue of ITT Documents is a best estimate at the time of despatch and this may be subject to change.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
24.3.2017