Directive 2014/24/EU
Section I: Contracting authority
I.2)Joint procurement
The contract is awarded by a central purchasing body
I.3)Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at:
http://www.ggda.ie
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted to the following address:
Grangegorman Development Agency
9656739V
The Clock Tower, Grangegoran Lower
Dublin 7
D07 XT95
Ireland
Contact person: Edward Scanlon — Do Not Email Submissions
Telephone: +353 14024140
E-mail:
MjEzY2ViVmhlWGBYYWczWlpXVCFcWA==
NUTS code:
IE021
Internet address(es):
Main address: http://www.ggda.ie
I.4)Type of the contracting authority
Body governed by public law
I.5)Main activity
General public services
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Framework for Mobility and Transport Engineering Services at Grangegorman.
II.1.2)Main CPV code
71311200
II.1.3)Type of contract
Services
II.1.4)Short description:
Important Notice: This is not the Tender Stage. No priced bid should be made at this stage. See Project Information Memorandum. Complete and return the pre-qualification questionnaire, with supporting documents, only by post or hand to the Grangegorman Development Agency. Email final submissions will not be accepted.
II.1.5)Estimated total value
Value excluding VAT: 750 000.00 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)
71000000
71322500
71335000
71420000
71530000
II.2.3)Place of performance
NUTS code: IE021
Main site or place of performance:
II.2.4)Description of the procurement:
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: 750 000.00 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.2.9)Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
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
See Project Information Memorandum.
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
List and brief description of selection criteria:
Minimum level(s) of standards possibly required:
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
Execution of the service is reserved to a particular profession
Reference to the relevant law, regulation or administrative provision:
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
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 a single operator
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: 03/05/2017
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
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.4.1)Review body
Grangegorman Development Agency
The Clock Tower, Grangegorman Lower
Dublin 7
D07 XT95
Ireland
VI.4.2)Body responsible for mediation procedures
VI.4.3)Review procedure
Precise information on deadline(s) for review procedures:
VI.4.4)Service from which information about the review procedure may be obtained
VI.5)Date of dispatch of this notice:
24/03/2017