Contract notice

Information

Published

Date of dispatch of this notice: 27/11/2014

Expire date: 09/12/2014

External Reference: 2014-365496

TED Reference: 2014/S 231-407700

Contract notice

Cached Version

Contract notice

Classic Sector

Directive 2004/18/EC

Services

Section I: Contracting authority

I.1)

Name, addresses and contact point(s)

Curragh Racecourse Ltd
N/A
The Curragh,Co. Kildare
Co. Kildare  The Curragh
IE
For the attention of: Jeanne Copeland
Telephone: +353 045441205
E-mail: curraghracecourse@achilles.com
Further information can be obtained from:
Achilles Procurement Services
1 Hamrsworth, Greenmount Office Park, Harolds Cross
6W  Dublin
IE
For the attention of: Ger Heffernan
E-mail: curraghracecourse@achilles.com
Internet address:
Specifications and additional documents (including documents for a dynamic purchasing system) can be obtained from:
eTenders Website
Dublin
Dublin
IE
Internet address:
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.2)

Type of the contracting authority

Body governed by public law
I.3)

Main activity

  • Other: Horse Racing
I.4)

Contract award on behalf of other contracting authorities

The contracting authority is purchasing on behalf of other contracting authorities: no

Section II: Object of the contract

II.1)

Description

II.1.1)

Title attributed to the contract by the contracting authority:

Establishment of a single-party framework agreement for planning consultancy services.

II.1.2)

Type of contract and location of works, place of delivery or of performance

Services
    Category No12:  Architectural services; engineering services and integrated engineering services; urban planning and landscape engineering services; related scientific and technical consulting services; technical testing and analysis services
    Main site or location of works, place of delivery or of performance:

    The Curragh

    NUTS code
    Midland
    II.1.3)

    Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)

    The notice involves the establishment of a framework agreement
    II.1.4)

    Information on framework agreement

    Framework agreement with a single operator
    Duration of the framework agreement
    Duration in years: 4
    Estimated total value of purchases for the entire duration of the framework agreement
    Estimated cost excluding VAT
    Range: between  80000  and 200000  EUR
    Frequency and value of the contracts to be awarded:
    II.1.5)

    Short description of the contract or purchase(s)

    The Contracting Authority recently conducted a design competition for the redevelopment of Curragh Racecourse and is currently in the process, independently of this award procedure, of appointing the following roles for the implementation of the winning masterplan design:

    • a lead Architect, and

    • an integrated design team comprising Civil & Structural Engineering Services, Quantity Surveying Services, Mechanical & Electrical Engineering Services, Fire Safety Consultancy, and Project Supervisor for the Design Process

    To further assist in the development of the project and to bring it to planning stage, the Contracting Authority now proposes to engage in a competitive process for the award of a single-party framework agreement for planning consultancy services. The successful planning consultant will be led by the appointed Architect.

    The successful framework operator will be required to provide full planning consultancy services in relation to the Redevelopment of Curragh Racecourse. Below is a list of services which, although non exhaustive, may be required under the framework agreement.

    • Site Assessment;

    • Planning Strategy and Expert Advice;

    • Assisting Lead Designer (Architect), in finalisation of Site Master Planning;

    • Planning Application Preparation and Co-ordination;

    • Advice and Involvement in any Planning Appeals ;

    • Co-ordinating any Environmental Impact Assessments;

    • Appropriate assessment (AA) and Natura Impact Statement (NIS) under EU Habitats Directive;

    • Expert Advice at Oral Hearing (if required); and

    • Development Contributions Assessments and Negotiations.

    II.1.6)

    Common procurement vocabulary (CPV)

    71410000   Urban planning services
    71400000   Urban planning and landscape architectural services
    71240000   Architectural, engineering and planning services
    II.1.7)

    Information about Government Procurement Agreement (GPA)

    The contract is covered by the Government Procurement Agreement (GPA):  yes
    II.1.8)

    Lots

    This contract is divided into lots:  no
    II.1.9)

    Information about variants

    Variants will be accepted:  no
    II.2)

    Quantity or scope of the contract

    II.2.1)

    Total quantity or scope:

    See section II.1.5 of this notice and the qualification information attached thereto

    II.2.2)

    Information about options

    Options: no
    II.2.3)

    Information about renewals

    This contract is subject to renewal: no
    II.3)

    Duration of the contract or time limit for completion

    Duration in months: 048 (from the award of the contract)

    Section III: Legal, economic, financial and technical information

    III.1)

    Conditions relating to the contract

    III.1.3)

    Legal form to be taken by the group of economic operators to whom the contract is to be awarded:

    Prior to the conclusion of the framework agreement, the Contracting Authority reserves the right to seek copies of any agreements between the members of the consortium if the successful tenderer is a consortium or grouping of members.

    The Contracting Authority reserves the right, at its absolute discretion, to require a lead firm to contract:

    - on the basis of joint and several liability with each member of the candidate executing the contract;

    - with a particular single member of the tenderer as the prime contractor, with the other members providing collateral warranties and/or guarantees, or;

    - as an incorporated or unincorporated special purpose vehicle, with collateral warranties and/or guarantees from the members of the candidate.

    III.1.4)

    Other particular conditions

    The performance of the contract is subject to particular conditions: no
    III.2)

    Conditions for participation

    III.2.1)

    Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers

    Information and formalities necessary for evaluating if the requirements are met:

    See the Pre-Qualification Questionnaire available to download from www.etenders.gov.ie

    III.2.2)

    Economic and financial ability

    Information and formalities necessary for evaluating if the requirements are met:

    See the Pre-Qualification Questionnaire available to download from www.etenders.gov.ie

    Minimum level(s) of standards possibly required:
    III.2.3)

    Technical capacity

    Information and formalities necessary for evaluating if the requirements are met:

    See the Pre-Qualification Questionnaire available to download from www.etenders.gov.ie

    Minimum level(s) of standards possibly required:

    See the Pre-Qualification Questionnaire available to download from www.etenders.gov.ie

    III.3)

    Conditions specific to services contracts

    III.3.1)

    Information about a particular profession

    Execution of the service is reserved to a particular profession: no
    III.3.2)

    Staff responsible for the execution of the service

    Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: yes

    Section IV: Procedure

    IV.1)

    Type of procedure

    IV.1.1)

    Type of procedure

    Accelerated restricted
    Justification for the choice of accelerated procedure:

    Compliance with the usual time-limits would be rendered impracticable for reasons of urgency.

    IV.2)

    Award criteria

    IV.2.1)

    Award criteria

    The most economically advantageous tender in terms of , the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
    IV.2.2)

    Information about electronic auction

    An electronic auction will be used: no
    IV.3)

    Administrative information

    IV.3.2)

    Previous publication(s) concerning the same contract

    no
    IV.3.3)

    Conditions for obtaining specifications and additional documents or descriptive document

    Payable documents: no
    IV.3.4)

    Time limit for receipt of tenders or requests to participate

    09.12.2014 - 12:00
    IV.3.6)

    Language(s) in which tenders or requests to participate may be drawn up

    EN,GA

    Section VI: Complementary information

    VI.1)

    Information about recurrence

    This is a recurrent procurement: no
    VI.2)

    Information about European Union funds

    The contract is related to a project and/or programme financed by European Union funds: no
    VI.3)

    Additional information:

    1. The closing date for receipt of queries concerning this stage of the competition is 2.12.2014 at 12.00 hrs (Irish time). All queries should be sent to the email address curraghracecourse@achilles.com

    2. The Contracting Authority will not be responsible for any costs, charges or expenses incurred by candidates or tenderers in response to this competition.

    3. Establishment of the framework agreement will be subject to the approval of the competent authorities.

    4. If for any reason it is not possible to conclude the framework agreement with the successful tenderer designate emerging from this competitive process, or if having concluded the framework agreement the Contracting Authority decides to terminate that agreement, the Contracting Authority reserves the right to admit the next highest scoring tenderer to the framework agreement on the basis of the same terms and as tendered by that party, at any time during the tender validity period.

    5. At its absolute discretion, the contracting authority may elect to terminate this procurement process or the concluded framework at any time.

    6. Applicants should note that there is no restriction on any particular professional discipline participating in different consortia. However, in the event of such occurrences arising they must inform the relevant lead parties in writing in advance.

    7. The Contracting Authority may, by issuing notice of its intention to do so, novate any agreement entered into with the planning consultant to another entity incorporated to execute the Curragh Redevelopment Project.

    VI.4)

    Procedures for appeal

    VI.4.1)

    Body responsible for appeal procedures

    The High Court
    Four Courts, Inns Quay
    7  Dublin
    IE
    Internet address:
     

    Body responsible for mediation procedures

    VI.4.2)

    Lodging of appeals

    Precise information on deadline(s) for lodging appeals:

    Please refer to the relevant Irish Statutory Instruments (SI 130 of 2010 and SI 420 of 2010) available at www.irishstatutebook.ie

    VI.4.3)

    Service from which information about the lodging of appeals may be obtained

    Your Legal Advisor
    IE
    Internet address: