Contract notice

Information

Published

Date of dispatch of this notice: 30/06/2017

Expire date: 16/08/2017

External Reference: 2017-664865

TED Reference: 2017/S 126-256795

Contract notice

Cached Version

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Office of Public Works ( OPW )
N/A
52 St. Stephens Green
Dublin
2
IE
Contact person: Niamh Bregazzi
Telephone: +353 16476494
NUTS code:  IE011 -  Border
Internet address(es):
Main address: http://www.opw.ie

I.2)

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=114949&B=ETENDERS_SIMPLE
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

Ministry or any other national or federal authority, including their regional or local subdivisions
I.5)

Main activity

General public services

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Raphoe Flood Relief Scheme Engineering Consultants
Reference number:  C/86/26/7/5
II.1.2)

Main CPV code

45246400  -  Flood-prevention works
II.1.3)

Type of contract

Services
II.1.4)

Short description

The Office of Public Works (the ‘OPW’) is seeking tenders from suitably qualified consultant engineers for the further development of the Raphoe Flood Relief Scheme from the Raphoe Flood Risk Assessment and Management (FRAM) Options Report.
II.1.5)

Estimated total value

Value excluding VAT: 200000.00  EUR
II.1.6)

Information about lots

This contract is divided into lots: no
II.2)

Description

II.2.2)

Additional CPV code(s)

45246410  -  Flood-defences maintenance works
II.2.3)

Place of performance

NUTS code:  IE011 -  Border
Main site or place of performance:  
Raphoe, Co.Donegal
II.2.4)

Description of the procurement

The Office of Public Works (the ‘OPW’) is seeking tenders from suitably qualified consultant engineers for the further development of the Raphoe Flood Relief Scheme from the Raphoe Flood Risk Assessment and Management (FRAM) Options Report.
To develop the flood relief scheme further, the OPW will commission a Contract, hereafter referred to as the ‘Project’ that shall comprise three Stages as outlined below:
Stage I (a) Engineering Design
Stage I (b) EIS & Screening for AA (Separate Contract)
Stage I (c) Valuation Survey
Valuation Survey to identify each reputed proprietor, owner and rated or other occupier of lands/property
on which works are proposed under the preferred scheme. (Provision should be made for all costs
associated with this search).
Stage II: Public Exhibition
Stage III: Detailed Design & Confirmation
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: 200000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48
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.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no

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:  Tenderer must provide, when requested by the Contracting Authority, a description of the technical facilities and measures used by the applicant to ensure quality of service including any study and research facilities, including measures used by the applicant for ensuring quality both in the administration of the service and in the delivery of a high-quality end-product.
Minimum Standard
A written statement setting out how the service provider manages, reviews and evaluates their performance. It should include references to record keeping, Continuing Professional Development and how up-to-date information relevant to their particular service is accessed. A brief description of their Information Technology systems and policies should also be provided.
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.2)

Conditions related to the contract

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.1.8)

Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: yes
IV.2)

Administrative information

IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  02/08/2017
Local time:  16:00
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:  02/08/2017
Local time:  16:00
Place:  
The Office of Public Works
52 St. Stephens Green
Dublin 2
Ireland

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.2)

Information about electronic workflows

Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.4)

Procedures for review

VI.4.1)

Review body

Department of Public Expenditure and Reform
Merrion Street
Dublin
2
IE

VI.5)

Date of dispatch of this notice

30/06/2017