Contract notice

Information

Published

Date of dispatch of this notice: 07/08/2018

Expire date: 12/10/2018

External Reference: 2018-424963

TED Reference: 2018/S 153-351125

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Waterways Ireland
N/A
2 Sligo Road
Co. Fermanagh
Enniskillen
IE
Contact person: Michael McCauley
Telephone: +353 02866346287
NUTS code:  IE -  IRELAND
Internet address(es):
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=133451&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

Body governed by public law
I.5)

Main activity

Recreation, culture and religion

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Framework for the Provision of Engineering and Architectural Consultancy Services for Waterways Ireland
II.1.2)

Main CPV code

71311000  -  Civil engineering consultancy services
II.1.3)

Type of contract

Services
II.1.4)

Short description

Framework Objective
The objective of this tender is to establish two multi-supplier frameworks for the provision of both Engineering and Architectural services to primarily develop and assist Waterways Ireland’s Technical Services Department and their Business Development Department.
Technical Services Department – Civil Engineering Design
The Civil Engineering Design Section is responsible for the delivery of Waterways Ireland’s capital works programme and asset management.
Business Development Department
Waterways Ireland’s Business Development Unit focuses on the development of projects which can attract potential revenue streams into the organisation. The services required will include the design and construction of projects on historically important canal based Lock Houses.
II.1.5)

Estimated total value

Value excluding VAT: 3750000.00  EUR
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

71200000  -  Architectural and related services
71300000  -  Engineering services
71312000  -  Structural engineering consultancy services
71315200  -  Building consultancy services
71530000  -  Construction consultancy services
79415200  -  Design consultancy services
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
Main site or place of performance:  
Ireland
II.2.4)

Description of the procurement

Framework Objective
The objective of this tender is to establish two multi-supplier frameworks for the provision of both Engineering and Architectural services to primarily develop and assist Waterways Ireland’s Technical Services Department and their Business Development Department.
Technical Services Department – Civil Engineering Design
The Civil Engineering Design Section is responsible for the delivery of Waterways Ireland’s capital works programme and asset management.
The Engineering Framework is being established so that the in-house design teams may supplement capacity by appointing appropriately qualified consultants to assist in delivery of asset management and the capital works programme. The services required under the framework will be Engineering consultancy and primarily relate to the design, tendering and works supervision of light marine structures (eg, jetties /slipways /breakwaters) and asset management (inspections of bridges, lock chambers, culverts, weirs, quay walls etc.).
Waterways Ireland has in excess of three hundred and fifty (350) bridges in its charge with varying types of construction. The age of the bridge infrastructure varies from those built 250 years ago to the modern day bridges. Waterways Ireland wishes to procure the services of suitable consultants to carry out Bridge Inspections and associated work required by the Waterways Ireland’s bridge management system on the bridges which cross over the waterways within their control. In addition to bridge infrastructure there exists approximately 130 Lock Chambers, 55 weirs and 300 culverts all of which are subject to an asset management inspection regime.
Business Development Department
Waterways Ireland’s Business Development Unit focuses on the development of projects which can attract potential revenue streams into the organisation. The services required will include the design and construction of projects on historically important canal based Lock Houses.
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: 3750000.00  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:  
Initially 2 years, with possibility of two 1 year extensions (four years in aggregate)
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:  As listed in the Suitability Assessment
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

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:  5
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.2.2)

Time limit for receipt of tenders or requests to participate

Date:  28/09/2018
Local time:  15:00
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English
IV.2.7)

Conditions for opening of tenders

Date:  28/09/2018
Local time:  15:00

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.4)

Procedures for review

VI.4.1)

Review body

Waterways Ireland
2 Sligo Road,
Enniskillen
UK