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 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:
FCC/199/17 Establishment of a multi-operator Framework Agreement for Consultant Engineering Services for Development Resolution for taking in charge standards for Fingal County Council.
Reference number: FCC/199/17
II.1.2)Main CPV code
71311000
II.1.3)Type of contract
Services
II.1.4)Short description:
FCC intends to set up a framework of Consultant Engineers to
tender for the provision of Engineering Consultancy Services on Development Resolution Projects of a general nature up to an estimated value of 1 000 000 EUR ex. VAT.
This will involve surveying and examining the condition of all the infrastructure in Developments, designing remediation and establishing cost estimates to bring all infrastructure up to FCC taking in charge standards.
The consultants will be required to provide professional design related services on projects. The Framework Agreement shall cover all aspects of Development Resolution (see scope of services).
II.1.5)Estimated total value
Value excluding VAT: 1 000 000.00 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)
44161400
45231300
45232150
71240000
71310000
71322000
71334000
71351914
71420000
71520000
90491000
II.2.3)Place of performance
NUTS code: IE
Main site or place of performance:
II.2.4)Description of the procurement:
Fingal County Council intends to set up a framework of Consultant Engineers who
will tender for the provision of Engineering Consultancy Services on Development Resolution Projects of a general nature up to an estimated value of 1 000 000 EUR exclusive of VAT.
This will involve surveying and examining the condition of all the infrastructure in Developments, designing remediation and establishing a cost estimate to bring all infrastructure up to a standard that Fingal County Council can take it into charge.
The consultants included on the Framework Agreement, who will be appointed individually,will be required to provide professional design related services on projects. The Framework Agreement shall cover all aspects of Development Resolution including:
Civil Engineering Design, Structural Investigation, Analysis & Design, Quantity Surveying, Project Supervisor Design Process (PSDP), Traffic Management Planning, Works Contract Procurement utilising the Capital Works Management Framework, CAD Draughting, Land and Open Space Surveying, Review of surveys of the Sewer and Water Network, Surface Water drainage systems & attenuation systems condition & capacity checks, Public Lighting Auditing, Road, footpath and cycleway construction investigation, Data collection of topography and geotechnical site investigations, & Mechanical and Electrical Services for Pumping Stations.
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: 1 000 000.00 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
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
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
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: 12/12/2017
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.4.2)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:
13/11/2017