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:
Multi-Party Framework Agreement(s) for Consultancy Services (Technical) in 3 Lots
II.1.2)Main CPV code
71300000
II.1.3)Type of contract
Services
II.1.4)Short description:
Dún Laoghaire Rathdown County Council has identified an on-going need for technical engineering advice and services from a suitably qualified and experienced firm of consulting engineers in connection with:
1— transport and roads planning and design,
2— water services planning and design and
3— traffic and road safety design.
The contracting authority (CA) has decided that the best way of fulfilling its requirements is establishing 3 multi-party framework agreements (“FA”), which will ensure the availability of a suitably qualified service provider, capable of providing advice in relation to technical design and planning issues within rigid time frames. Dublin City Council, South Dublin County Council and Fingal County Council will also be party to this framework.
II.1.5)Estimated total value
Value excluding VAT: 3 500 000.00 EUR
II.1.6)Information about lots
This contract is divided into lots: yes
Tenders may be submitted for all lots
II.2)Description
II.2.1)Title:
Transport and Roads Planning and Design
Lot No: 1
II.2.2)Additional CPV code(s)
71000000
71240000
71250000
71310000
71311000
71311100
71311220
71312000
71313000
71320000
71322000
71322500
71330000
71332000
71335000
71336000
71350000
71631400
II.2.3)Place of performance
NUTS code: IE
II.2.4)Description of the procurement:
Transport and roads planning and design - refer to information notes and relevant SAQ document.
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: 900 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: yes
Description of renewals:
Option for the contracting authority to extend by a further 12 months if desired.
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
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
Please consult the associated tender documentation which contains full instructions regarding the submission of tenders in respect of this competition.
II.2)Description
II.2.1)Title:
Water Services Planning and Design
Lot No: 2
II.2.2)Additional CPV code(s)
71000000
71240000
71250000
71310000
71311000
71311100
71311220
71312000
71313000
71320000
71322000
71322500
71330000
71332000
71335000
71336000
71350000
71631400
II.2.3)Place of performance
NUTS code: IE
II.2.4)Description of the procurement:
Water services planning and design - refer to information notes and relevant SAQ document.
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: 36
This contract is subject to renewal: yes
Description of renewals:
Option for the contracting authority to extend by a further 12 months if desired.
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
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
Please consult the associated tender documentation which contains full instructions regarding the submission of tenders in respect of this competition.
II.2)Description
II.2.1)Title:
Traffic and Road Safety Design
Lot No: 3
II.2.2)Additional CPV code(s)
71000000
71240000
71250000
71310000
71311000
71311100
71311220
71312000
71313000
71320000
71322000
71322500
71330000
71332000
71335000
71336000
71350000
71631400
II.2.3)Place of performance
NUTS code: IE
II.2.4)Description of the procurement:
Traffic and road safety design - refer to information notes and relevant SAQ document.
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: 1 400 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: yes
Description of renewals:
Option for the contracting authority to extend by a further 12 months if desired.
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
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
Please consult the associated tender documentation which contains full instructions regarding the submission of tenders in respect of this competition.
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
III.1.3)Technical and professional ability
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: 6
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: 20/03/2018
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
The High Court
Four Courts
Dublin
7
Ireland
Internet address:www.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
VI.5)Date of dispatch of this notice:
15/02/2018