Directive 2014/24/EU
Section I: Contracting authority
I.2)Joint procurement
The contract is awarded by a central purchasing body
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:
RT2017-01 Full Engineering Consultancy Services Framework.
Reference number: RT2017-01
II.1.2)Main CPV code
71311000
II.1.3)Type of contract
Services
II.1.4)Short description:
Full Engineering Consultancy Services for various projects in Cork City, as generally described above and including: road construction/realignment; public realm projects, sustainable transport measures such as the provision of infrastructure for public transport, cyclists and pedestrians; junction improvements; traffic signals; transport modelling, policy and appraisal; transport advisory, smart mobility; public lighting design; Statutory Approval Process; PSDP; Employer' Representative; Environmental Assessments and other related work.
Construction value of projects will range in size from 50 000 EUR to 5 000 000 EUR and anticipated expenditure over the period is envisaged to be in the order of 20 000 000 EUR.
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)
71240000
71311200
71311300
71313000
71317200
71322000
71322500
71324000
71400000
71540000
90712100
II.2.3)Place of performance
NUTS code: IE025
Main site or place of performance:
II.2.4)Description of the procurement:
Full Engineering Consultancy Services for various projects in Cork City, as generally described above and including: road construction/realignment; public realm projects, sustainable transport measures such as the provision of infrastructure for public transport, cyclists and pedestrians; junction improvements; traffic signals; transport modelling, policy and appraisal; transport advisory, smart mobility; public lighting design; Statutory Approval Process; PSDP; Employer' Representative; Environmental Assessments and other related work.
Construction value of projects will range in size from 50 000 EUR to 5 000 000 EUR and anticipated expenditure over the period is envisaged to be in the order of 20 000 000 EUR.
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: 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: 10
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
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
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:
Please refer to Section 3 of Suitability Assessment Questionnaire.
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
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 several operators
Envisaged maximum number of participants to the framework agreement: 10
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: 22/08/2017
Local time: 12:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date: 25/08/2017
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
Tender must be valid until: 18/07/2018
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
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3)Additional information:
VI.4)Procedures for review
VI.4.1)Review body
Engineers Ireland
Dublin
Ireland
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:
17/07/2017