Contract notice – utilities
Directive 2014/25/EU
Section I: Contracting entity
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.6)Main activity
Railway services
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Pearse Station Roof Renewal-Design and Build Consultancy Services.
Reference number: 6868
II.1.2)Main CPV code
71320000
II.1.3)Type of contract
Services
II.1.4)Short description:
This is a call to competition by Iarnród Éireann for the provision of Design-Build support consultancy services for the Pearse Station Roof Renewal project in Dublin Ireland.
IÉ is seeking to engage an experienced consultant in both pre-contract and post-contract design-build construction projects (preferably with a railway interface) to develop the construction strategy and draft the tender documentation.
II.1.5)Estimated total value
Value excluding VAT: 600 000.00 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
71244000
71311000
71312000
71315200
71321000
71322000
II.2.3)Place of performance
NUTS code: IE
Main site or place of performance:
II.2.4)Description of the procurement:
This is a call to competition by Iarnród Éireann for the provision of Design-Build support consultancy services for the Pearse Station Roof Renewal project in Dublin Ireland
IÉ is seeking to engage an experienced consultant in both pre-contract and post-contract design-build construction projects (preferably with a railway interface) to develop the construction strategy and draft the tender documentation.
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: 600 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Start: 07/08/2017
End: 30/06/2020
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: 8
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
III.1.2)Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3)Technical and professional ability
III.1.4)Objective rules and criteria for participation
III.1.5)Information about reserved contracts
III.1.6)Deposits and guarantees required:
III.1.7)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.8)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
A Grouping, if successful must be prepared to contract as a single entity having joint and several liability with the members of the group..
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
Negotiated procedure with prior call for competition
IV.1.3)Information about a framework agreement or a dynamic purchasing system
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: no
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: 05/06/2017
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
High Court of Ireland
Four Courts, Inns Quay
Dublin
Ireland
Internet address:http://ww.courts.ie
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
High Court of Ireland
Four Courts, Inns Quay
Dublin
Ireland
Internet address:http://ww.courts.ie
VI.5)Date of dispatch of this notice:
05/05/2017