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 following 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:
Consultancy Services relating to Economic Viability Assessment of Public Lands.
II.1.2)Main CPV code
73220000
II.1.3)Type of contract
Services
II.1.4)Short description:
Limerick City and County Council's (LCCC) key objective is to provide a comprehensive assessment of economic viability from a market perspective for the LCCC administrative area to inform the delivery of mixed-tenure/mixed-use on Council-owned lands.
The Planning Policy Statement (DECLG, 2015) and Rebuilding Ireland (DHPCLG, 2016) indicates that planning must proactively drive and support sustainable development, integrating consideration of its economic, social and environmental aspects at the earliest stage to deliver development in an economically viable manner that will sustain recovery and future prosperity. LCCC wish to commission consultants to undertake economic viability assessments on a number of Council-owned sites.
Refer to documents uploaded to www.etenders.gov.ie for further details.
II.1.5)Estimated total value
Value excluding VAT: 400 000.00 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)
66171000
70110000
70111000
70112000
70331000
70332000
70332200
70332300
71355000
71530000
72221000
72224000
79400000
79410000
79419000
II.2.3)Place of performance
NUTS code: IE
Main site or place of performance:
Limerick City and County.
II.2.4)Description of the procurement:
Limerick City and County Council's (LCCC) key objective is to provide a comprehensive assessment of economic viability from a market perspective for the LCCC administrative area to inform the delivery of mixed-tenure/mixed-use on Council-owned lands.
The Planning Policy Statement (DECLG, 2015) and Rebuilding Ireland (DHPCLG, 2016) indicates that planning must proactively drive and support sustainable development, integrating consideration of its economic, social and environmental aspects at the earliest stage to deliver development in an economically viable manner that will sustain recovery and future prosperity. LCCC wish to commission
consultants to undertake economic viability assessments on a number of Council-owned sites.
LCCC seeks to create a framework panel of consultants for a maximum four (4) year period to provide
expert independent economic viability advice on viability appraisals including residential and
non-residential proposals and related viability matters. The selected framework participants will work primarily with LCCC's Social Development Directorate and may be tasked to other directorates within the Council in addition to wholly owned companies of LCCC including Limerick 2030 Strategic Development DAC and Innovate Limerick on an ad hoc basis in response to anticipated or actual development briefs or masterplans being progressed for mixed-tenure/mixed-use and mixed-use.
This is Stage 1 of a 2 stage process. Refer to the documents attached for further information.
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: 400 000.00 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
Objective criteria for choosing the limited number of candidates:
Refer to RFT documents for details.
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
Refer to RFT documents for details.
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:
Refer to RFT documents for details.
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:
Refer to RFT documents for 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
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: 5
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: 18/09/2017
Local time: 12:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date: 16/10/2017
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
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:
Refer to RFT documents for details.
VI.4)Procedures for review
VI.4.1)Review body
Limerick City and County Council Procurement Officer
Merchants Quay
Limerick
Ireland
Telephone: +353 61407100
Internet address:www.limerick,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
VI.5)Date of dispatch of this notice:
15/08/2017