loading
  • IE-Fingal County Hall Swords
  • 23.11.2018
  • Ausschreibung
  • (ID 2-318055)

Integrated Environmental Consultancy Services


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 23.11.2018, 16:00 Bewerbungsschluss
    Verfahren Offenes Verfahren
    Gebäudetyp Technische Infrastruktur
    Art der Leistung allgemeine Beratungsleistungen / Objektplanung Ver-/ Entsorgung / Umweltverträglichkeitsstudie
    Sprache Englisch
    Aufgabe
    Establishment of multi-party framework agreement for an integrated environmental consultancy team comprising environmental, ecological and engineering services relating to historic, legacy and unauthorised landfills and any environmental investigations of similar nature in Fingal County Council. The Framework Agreement will be established on foot of this tender competition. The initial contract will be awarded to the successful tenderer shortly after the formal establishment of the framework agreement. Further details relating to the initial contract are included in Section 5 of the service requirements document, contained in the tender package (eTenders RFT ID141037).
    Leistungsumfang
    Establishment of multi-party framework agreement for an integrated environmental consultancy team comprising environmental, ecological and engineering services relating to historic, legacy and unauthorised landfills and any environmental investigations of similar nature in Fingal County Council.
    The Framework Agreement will be established as a multi-party Framework Agreement with six (6) number of operators, subject to that number meeting the minimum criteria and rules.The environmental consultant will be appointed as the integrated team lead (please refer to the suitability assessment questionnaires which set out the minimum technical and financial requirements for the consultancy services required). A collateral warranty may be required for other team members, as appropriate.
    The estimated total value of purchases pursuant to the Framework Agreement is in the region of 400 000 EUR to 600 000 EUR (ex. VAT) over the lifetime of the agreement. It is emphasised, however, that this figure is provided strictly for indicative purposes only as there is no guaranteed expenditure under the Framework Agreement. The Framework Agreement will be established on foot of an initial contract, as detailed under Section 5 of the service requirements document included in the tender package. In addition to the initial contract, the framework agreement will also be used for the following types of contracts:
    — environmental services relating to historic, legacy and unauthorised landfills,
    — environmental investigations on other contaminated land,
    — environmental investigations on Article 27 sites,
    — Other environmental monitoring work, as required.
    Adresse des Bauherren IE-Fingal County Hall Swords
    TED Dokumenten-Nr. 454681-2018

  • Anzeigentext Ausschreibung

    maximieren


    • Ireland-Swords: Environmental engineering consultancy services

      2018/S 200-454681

      Contract notice

      Services

      Legal Basis:

      Directive 2014/24/EU

      Section I: Contracting authority

      I.1)Name and addresses
      Fingal County Council
      N/A
      PO Box 174, Main Street
      Swords
      Fingal County Hall
      Ireland
      Contact person: James Walls
      Telephone: +353 18905904
      E-mail: MTlhWGRcaiVuWGNjajddYGVeWGNaZlpmJWBc
      Fax: +353 18905919
      NUTS code: IE

      Internet address(es):

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

      Address of the buyer profile: https://irl.eu-supply.com/ctm/Company/CompanyInformation/Index/371

      I.2)Information about joint procurement
      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=136600&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=136600&B=ETENDERS_SIMPLE
      Tenders or requests to participate must be submitted to the abovementioned address
      Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: www.etenders.gov.ie
      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:

      Integrated Environmental Consultancy Services

      Reference number: FCC/091/18
      II.1.2)Main CPV code
      71313000
      II.1.3)Type of contract
      Services
      II.1.4)Short description:

      Establishment of multi-party framework agreement for an integrated environmental consultancy team comprising environmental, ecological and engineering services relating to historic, legacy and unauthorised landfills and any environmental investigations of similar nature in Fingal County Council. The Framework Agreement will be established on foot of this tender competition. The initial contract will be awarded to the successful tenderer shortly after the formal establishment of the framework agreement. Further details relating to the initial contract are included in Section 5 of the service requirements document, contained in the tender package (eTenders RFT ID141037).

      II.1.5)Estimated total value
      Value excluding VAT: 600 000.00 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
      71311000
      71312000
      71318000
      71350000
      71800000
      90711400
      90713000
      II.2.3)Place of performance
      NUTS code: IE
      Main site or place of performance:

      Dublin

      II.2.4)Description of the procurement:

      Establishment of multi-party framework agreement for an integrated environmental consultancy team comprising environmental, ecological and engineering services relating to historic, legacy and unauthorised landfills and any environmental investigations of similar nature in Fingal County Council.

      The Framework Agreement will be established as a multi-party Framework Agreement with six (6) number of operators, subject to that number meeting the minimum criteria and rules.The environmental consultant will be appointed as the integrated team lead (please refer to the suitability assessment questionnaires which set out the minimum technical and financial requirements for the consultancy services required). A collateral warranty may be required for other team members, as appropriate.

      The estimated total value of purchases pursuant to the Framework Agreement is in the region of 400 000 EUR to 600 000 EUR (ex. VAT) over the lifetime of the agreement. It is emphasised, however, that this figure is provided strictly for indicative purposes only as there is no guaranteed expenditure under the Framework Agreement. The Framework Agreement will be established on foot of an initial contract, as detailed under Section 5 of the service requirements document included in the tender package. In addition to the initial contract, the framework agreement will also be used for the following types of contracts:

      — environmental services relating to historic, legacy and unauthorised landfills,

      — environmental investigations on other contaminated land,

      — environmental investigations on Article 27 sites,

      — Other environmental monitoring work, as required.

      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: 600 000.00 EUR
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Duration in months: 24
      This contract is subject to renewal: yes
      Description of renewals:

      The Framework Agreement will be for 2 years, with 2 options to extend by 1 year, subject to a maximum of four (4) years subject to satisfactory performance, business needs and budgetary constraints.

      II.2.10)Information about variants
      Variants will be accepted: no
      II.2.11)Information about options
      Options: yes
      Description of options:

      Please refer to pricing and resource allocation schedule contained in the tender package, which outlines the 3 different options that the Contracting Authority require to be priced as part of this procurement. Please Note that the prices and rates provided in the pricing and resource allocation schedule are applicable for the initial 2 year framework. Ultimate Cost (for evaluation purposes) will be evaluated on the total price for the initial contract (fixed price lump sum) plus total price for Options 1, 2 and 3.

      Please Note: the initial contract price is based on the fixed price lump sum (for stages 1-4) as detailed in the form of tender and schedule. The Contracting Authority reserves the right not to avail of any of the options included.

      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

      Tender responses are to be uploaded via the eTenders website. Please ensure sufficient time to upload your documents. Please upload your documents in a maximum of 2no. PDF files (File 1 response to suitability assessment questionnaire) and File 2 response to award criteria (both qualitative and price).

      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:

      Please refer to the Service Requirements document contained within the Tender Package

      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
      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: 23/11/2018
      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: 12 (from the date stated for receipt of tender)
      IV.2.7)Conditions for opening of tenders
      Date: 23/11/2018
      Local time: 16:00

      Section VI: Complementary information

      VI.1)Information about recurrence
      This is a recurrent procurement: no
      VI.2)Information about electronic workflows
      Electronic payment will be used
      VI.3)Additional information:

      ETenders RFT ID 141037

      1) The estimated total value of the any purchases pursuant to the Framework Agreement will not exceed 600 000 EUR (ex VAT) over its lifetime;

      2) It is emphasised, however, that this figure is provided strictly for indicative purposes only as there is no guaranteed expenditure under the Framework Agreement;

      3) The Framework Agreement will be for two (2) years, with the option to extend for further periods of one (1) year, to a maximum of four (4) years subject to satisfactory performance, business needs and budgetary constraints.

      For the avoidance of doubt, the Contracting Authority confirms that the period of any contracts awarded under the Framework Agreement may extend beyond the date of expiry of the agreement;

      4) Interested parties must register their interest on the eTenders web site (www.etenders.gov.ie) in order to be included on the mailing list for clarifications. All information relating to attachments, including clarifications and changes, will be published on the Irish Government Procurement Opportunities Portal (www.etenders.gov.ie) only. Registration is free of charge. The Contracting Authority will not accept responsibility for information relayed (or not relayed) via third parties;

      5) This is the sole call for competition for this service;

      6) The Contracting Authority will not be responsible for any costs, charges or expenses incurred by tenderers;

      7) Contract award will be subject to the approval of the competent authorities;

      8) It will be a condition of award that tenderers are tax compliant;

      9) If for any reason, it is not possible to establish the Framework Agreement or award the initial contract to the designated successful tenderer emerging from this competitive process; the Contracting Authority reserves the right to establish the framework with the next highest scoring tenderer since the terms advertised at any time during the tender validity period. This shall be without prejudice to the right of the Contracting Authority to cancel this competitive process and/or initiate a new contract award procedure at its sole discretion.

      10) At its absolute discretion, the Contracting Authority may elect to terminate this procurement process, the Framework Agreement or any contract awarded under the framework agreement at any time.

      11) Please note in relation to all documents, that where reference is made to a particular standard, make, source, process, trademark, type or patent, that this is not to be regarded as a de facto requirement. In all such cases it should be understood that such indications are to be treated strictly and solely for reference purposes only, to which the words "or equivalent" will always be appended.

      12) Without prejudice to the principle of equal treatment, the Contracting Authority is not obliged to engage in a clarification process in respect of tenders with missing or incomplete information. Therefore, tenderers are advised to ensure that they return fully completed tenders in order to avoid the risk of elimination from the competition.

      VI.4)Procedures for review
      VI.4.1)Review body
      The High Court
      Dublin
      Ireland
      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:
      12/10/2018
    © 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 17.10.2018
Zuletzt aktualisiert 17.10.2018
Wettbewerbs-ID 2-318055 Status Kostenpflichtig
Seitenaufrufe 31