loading
  • IE-Monaghan Co Monaghan
  • 20.11.2018
  • Ausschreibung
  • (ID 2-317824)

UCG Phase 2, ICT — ICT Services for Phase 2 of the Ulster Canal Greenway, Oct 2018


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 20.11.2018, 16:00 Bewerbungsschluss
    Verfahren Offenes Verfahren
    Gebäudetyp Landschaft und Freiraum
    Art der Leistung sonstige / allgemeine Beratungsleistungen / Kostenmanagement / Objektplanung Freianlagen
    Sprache Englisch
    Aufgabe
    Waterways Ireland, Monaghan County Council, Armagh City, Banbridge and Craigavon Borough Council and East Border Region Ltd has secured INTERREG VA funding to deliver approximately 20 km of greenway along the route of the Ulster Canal between Smithborough, County Monaghan and Middletown, County Armagh. A further 2 km of greenway is proposed along the route of the N2 Monaghan Town Bypass. This project is supported by the European Union’s INTERREG VA Programme, managed by the Special EU Programmes Body (SEUPB). We invite tenders from a suitably qualified Integrated Consultant Team (ICT) for the design and management of the project, including route selection, detailed design, statutory procedures, tender action, construction and close-out.
    Leistungsumfang
    Waterways Ireland, Monaghan County Council, Armagh City, Banbridge and Craigavon Borough Council and East Border Region Ltd has secured INTERREG VA funding to deliver approximately 20 km of greenway along the route of the Ulster Canal between Smithborough, County Monaghan and Middletown, County Armagh. A further 2 km of greenway is proposed along the route of the N2 Monaghan Town Bypass. The greenway will tie-in to an existing 4 km greenway constructed in 2013 in Monaghan Town. This project is supported by the European Union’s INTERREG VA Programme, managed by the Special EU Programmes Body (SEUPB). Monaghan County Council (MCC) has taken on the role of the Contracting Authority for this cross-jurisdictional project, and is coordinating the design and implementation of the project. MCC seeks tenders from a suitably qualified Integrated Consultant Team (ICT) for the design and management of the project, including route selection, detailed design, statutory procedures, tender action, construction and close-out. A multi-disciplinary integrated consultant team is required to deliver this project. The ICT will be an experienced, qualified and multi-disciplinary team of professionals. The list below identifies the key tasks to be provided by the ICT for this appointment, however it is the ICT’s responsibility to include for all other tasks it deems necessary to fully meet the employer’s requirements. The range of disciplines required for the project shall include but is not limited to:
    — project management,
    — project supervisor design process/principal designer,
    — civil/structural design, including structural and geotechnical design (The civil/structural designer will act as team leader),
    — environmental designer/ecologist,
    — cost consultant/quantity surveyor,
    — conservation architect (Grade 2),
    — archaeologist (licensed),
    — road safety audit team,
    — site engineering staff (during the construction phase),
    — clerk of works (this is an option which may or may not be utilized).
    Adresse des Bauherren IE-Monaghan Co Monaghan
    TED Dokumenten-Nr. 451651-2018

  • Anzeigentext Ausschreibung

    maximieren


    • Ireland-Co Monaghan: Architectural, construction, engineering and inspection services

      2018/S 199-451651

      Contract notice

      Services

      Legal Basis:

      Directive 2014/24/EU

      Section I: Contracting authority

      I.1)Name and addresses
      Monaghan County Council
      N/A
      The Glen
      Co Monaghan
      Monaghan
      Ireland
      Contact person: Roisin Moore
      Telephone: +353 4730500
      E-mail: MjEyZmJdV1ViXVVmYFU0YWNiVVtcVWJXY1djIl1Z
      NUTS code: IE041

      Internet address(es):

      Main address: http://www.monaghan.ie

      Address of the buyer profile: https://irl.eu-supply.com/ctm/Company/CompanyInformation/Index/419

      I.2)Information about joint procurement
      The contract is awarded by a central purchasing body
      I.3)Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=136556&B=ETENDERS_SIMPLE
      Additional information can be obtained from the abovementioned address
      Tenders or requests to participate must be submitted electronically via: http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=136556&B=ETENDERS_SIMPLE
      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:

      UCG Phase 2, ICT — ICT Services for Phase 2 of the Ulster Canal Greenway, Oct 2018

      Reference number: UCG Ph2 ICT, Oct 2018
      II.1.2)Main CPV code
      71000000
      II.1.3)Type of contract
      Services
      II.1.4)Short description:

      Waterways Ireland, Monaghan County Council, Armagh City, Banbridge and Craigavon Borough Council and East Border Region Ltd has secured INTERREG VA funding to deliver approximately 20 km of greenway along the route of the Ulster Canal between Smithborough, County Monaghan and Middletown, County Armagh. A further 2 km of greenway is proposed along the route of the N2 Monaghan Town Bypass. This project is supported by the European Union’s INTERREG VA Programme, managed by the Special EU Programmes Body (SEUPB). We invite tenders from a suitably qualified Integrated Consultant Team (ICT) for the design and management of the project, including route selection, detailed design, statutory procedures, tender action, construction and close-out.

      II.1.5)Estimated total value
      Value excluding VAT: 350 000.00 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)
      71300000
      71310000
      71311000
      71312000
      71313000
      71320000
      71322000
      71322100
      II.2.3)Place of performance
      NUTS code: IE041
      Main site or place of performance:

      Counties Monaghan and Armagh

      II.2.4)Description of the procurement:

      Waterways Ireland, Monaghan County Council, Armagh City, Banbridge and Craigavon Borough Council and East Border Region Ltd has secured INTERREG VA funding to deliver approximately 20 km of greenway along the route of the Ulster Canal between Smithborough, County Monaghan and Middletown, County Armagh. A further 2 km of greenway is proposed along the route of the N2 Monaghan Town Bypass. The greenway will tie-in to an existing 4 km greenway constructed in 2013 in Monaghan Town. This project is supported by the European Union’s INTERREG VA Programme, managed by the Special EU Programmes Body (SEUPB). Monaghan County Council (MCC) has taken on the role of the Contracting Authority for this cross-jurisdictional project, and is coordinating the design and implementation of the project. MCC seeks tenders from a suitably qualified Integrated Consultant Team (ICT) for the design and management of the project, including route selection, detailed design, statutory procedures, tender action, construction and close-out. A multi-disciplinary integrated consultant team is required to deliver this project. The ICT will be an experienced, qualified and multi-disciplinary team of professionals. The list below identifies the key tasks to be provided by the ICT for this appointment, however it is the ICT’s responsibility to include for all other tasks it deems necessary to fully meet the employer’s requirements. The range of disciplines required for the project shall include but is not limited to:

      — project management,

      — project supervisor design process/principal designer,

      — civil/structural design, including structural and geotechnical design (The civil/structural designer will act as team leader),

      — environmental designer/ecologist,

      — cost consultant/quantity surveyor,

      — conservation architect (Grade 2),

      — archaeologist (licensed),

      — road safety audit team,

      — site engineering staff (during the construction phase),

      — clerk of works (this is an option which may or may not be utilized).

      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: 350 000.00 EUR
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Duration in months: 42
      This contract is subject to renewal: no
      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: yes
      Identification of the project:

      IVA5011 Ulster Canal Greenway

      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:

      Refer to the Suitability Assessment Questionnaire, document QC2-v2.0, 11 10 2018

      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 the Contract Documents

      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
      Open 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: yes
      IV.2)Administrative information
      IV.2.1)Previous publication concerning this procedure
      Notice number in the OJ S: 2018/S 129-294993
      IV.2.2)Time limit for receipt of tenders or requests to participate
      Date: 20/11/2018
      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 tender
      Duration in months: 6 (from the date stated for receipt of tender)
      IV.2.7)Conditions for opening of tenders
      Date: 21/11/2018
      Local time: 09:30
      Place:

      Monaghan County Council, County Offices, The Glen

      Information about authorised persons and opening procedure:

      Designated Officers and members of Monaghan County Council

      Section VI: Complementary information

      VI.1)Information about recurrence
      This is a recurrent procurement: no
      VI.2)Information about electronic workflows
      Electronic invoicing will be accepted
      Electronic payment will be used
      VI.3)Additional information:
      VI.4)Procedures for review
      VI.4.1)Review body
      Waterways Ireland
      2 Sligo Road
      Enniskillen
      BT74 7JY
      United Kingdom
      Telephone: +353 719650562
      E-mail: MjE0XGFXIFlbXl5XZWJbVzJpU2ZXZGlTa2VbZFdeU2BWIGFkWQ==

      Internet address: https://www.waterwaysireland.org/

      VI.4.2)Body responsible for mediation procedures
      VI.4.3)Review procedure
      Precise information on deadline(s) for review procedures:

      Refer to instructions to tenderers.

      VI.4.4)Service from which information about the review procedure may be obtained
      VI.5)Date of dispatch of this notice:
      11/10/2018
    © European Union, http://ted.europa.eu
  • Protected by Copyscape
  • Gewährleistung

    competitionline übernimmt keine Verantwortung für Fehler, Auslassungen, Unterbrechungen, Löschungen, Mängel oder Verzögerungen im Betrieb oder bei Übertragung von Inhalten. competitionline übernimmt keine Verantwortung für Einbußen oder Schäden, die aus der Verwendung der Internetseiten, aus der Verwendung von Nutzerinhalten oder von Inhalten Dritter, die aus den Internetseiten oder über den Service gepostet oder an Nutzer übertragen werden, oder aus Interaktionen zwischen Nutzer und Internetseiten (online oder offline) resultieren. Bitte lesen Sie hierzu unsere Nutzungsbedingungen.


INFO-BOX

Ausschreibung veröffentlicht 16.10.2018
Zuletzt aktualisiert 16.10.2018
Wettbewerbs-ID 2-317824 Status Kostenpflichtig
Seitenaufrufe 33