Contract notice

Information

Published

Date of dispatch of this notice: 25/01/2019

Expire date: 05/03/2019

External Reference: 2019-279149

TED Reference: 2019/S 020-043607

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Kerry County Council
N/A
County Buildings, Rathass
Tralee
Co Kerry
IE
Contact person: Joe Bunyan
Telephone: +353 667142444
Internet address(es):
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=141269&B=ETENDERS_SIMPLE
Additional information can be obtained from
the abovementioned address:  
Tenders or requests to participate must be submitted
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

Engineering Consultancy Services for Phases 5, 6 and 7
Reference number:  N86 BL to A & DN to BG ECS 5-7
II.1.2)

Main CPV code

71000000  -  Architectural, construction, engineering and inspection services
II.1.3)

Type of contract

Services
II.1.4)

Short description

Kerry County Council requires engineering consultancy services in relation to the N86 Ballynasare Lower to Annascaul and Doonore North to Ballygarret Road Improvement Scheme.
The commission requires the successful consultant to provide engineering consultancy services for the Client during Phases 5, 6 and 7, of the TII Project Management Guidelines 2017 (PE-PMG-02041). The services include undertaking the role of Employer's Representative and providing necessary site staff during construction and project close out.
II.1.5)

Estimated total value

Value excluding VAT: 800000.00  EUR
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

71300000  -  Engineering services
71500000  -  Construction-related services
II.2.3)

Place of performance

Main site or place of performance:  
Kerry
II.2.4)

Description of the procurement

Kerry County Council requires engineering consultancy services in relation to the N86 Ballynasare Lower to Annascaul and Doonore North to Ballygarret Road Improvement Scheme.
The commission requires the successful consultant to provide engineering consultancy services for the Client during Phases 5, 6 and 7, of the TII Project Management Guidelines 2017 (PE-PMG-02041). The services include undertaking the role of Employer's Representative and providing necessary site staff during construction and project close out.
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: 800000.00  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:  See tender documents
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.2.1)

Information about a particular profession

Execution of the service is reserved to a particular profession
Reference to the relevant law, regulation or administrative provision:  
See tender documents
III.2.2)

Contract performance conditions

See tender 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.1.8)

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:  05/03/2019
Local time:  12:00
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:  05/03/2019
Local time:  12:00

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

High Court of Ireland, Chief Registrar
The Four Courts, Inns Quay
Dublin 7
Dublin
IE

VI.4.2)

Body responsible for mediation procedures

High Court of Ireland, Chief Registrar
The Four Courts, Inns Quay
Dublin 7
Dublin
IE