Legal Basis:
Directive 2014/24/EU
Section I: Contracting authority
I.2)Information about 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 authorityRegional or local authority
I.5)Main activityGeneral public services
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Clonmel Town Urban Deisgn Project
Reference number: TCC 00515
II.1.2)Main CPV code71000000
II.1.3)Type of contractServices
II.1.4)Short description:
Tipperary County Council require the services of a multi-disciplinary consultancy team including but not limited to engineering, experienced urban planning and architectural team members to develop a vision and preferred design for Clonmel town centre.
Particular emphasis will be placed on the primary and secondary retail areas and the design shall aim to:
— reduce pedestrian/vehicle conflict and improving pedestrian safety,
— enhance the appearance of the town centre through careful design and selection of appropriate surfacing and street furniture,
— under-grounding of overhead cables,
— safeguard the structure and appearance of heritage buildings by reducing the impact of vehicles.
II.1.5)Estimated total valueValue excluding VAT: 1.00 EUR
II.1.6)Information about lotsThis contract is divided into lots: no
II.2)Description
II.2.1)Title:
II.2.2)Additional CPV code(s)71200000
71300000
71310000
71311000
II.2.3)Place of performanceNUTS code: IE
Main site or place of performance:
Clonmel, County Tipperary
II.2.4)Description of the procurement:
Provision of Consultancy Services for Traffic Management and Public Realm works in Clonmel Town. The Consultant is responsible for:
— conceptual,
— preliminary and detailed design,
— compliance with statutory planning requirements,
— tender action,
— evaluation and award,
— role of designer and project supervisor design process,
— site supervision and handover of the works for Clonmel Town.
II.2.5)Award criteriaCriteria below
Quality criterion - Name: Quality / Weighting: 70 %
Cost criterion - Name: Price / Weighting: 30 %
II.2.6)Estimated valueValue excluding VAT: 1.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 44
This contract is subject to renewal: no
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: no
II.2.12)Information about electronic catalogues
II.2.13)Information about European Union fundsThe 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 registersList and brief description of conditions:
III.1.2)Economic and financial standingSelection criteria as stated in the procurement documents
III.1.3)Technical and professional abilitySelection 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 contractObligation 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 procedureOpen procedure
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 participateDate: 05/11/2018
Local time: 16:00
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 tenderDuration in months: 6 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tendersDate: 05/11/2018
Local time: 16:00
Place:
On line e-tenders submission.
Information about authorised persons and opening procedure:
3 Tipperary County Council staff members on opening commitee.
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.2)Information about electronic workflows
VI.3)Additional information:
VI.4)Procedures for review
VI.4.1)Review bodyAs per Tender and Schedule
Item 16
Ireland
VI.4.2)Body responsible for mediation procedures
VI.4.3)Review procedurePrecise information on deadline(s) for review procedures:
As per Form of Tender Schedule A item 16.
VI.4.4)Service from which information about the review procedure may be obtained
VI.5)Date of dispatch of this notice:04/10/2018