Contract notice

Information

Published

Date of dispatch of this notice: 29/11/2019

Expire date: 20/01/2020

External Reference: 2019-268729

TED Reference: 2019/S 233-571802

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Donegal County Council
N/A
County House
Co Donegal
Lifford
IE
Contact person: John McCarron
Telephone: +353 917453900
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=157705&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

Consultancy Services for the Construction of a new Swimming Pool and Leisure Centre
Reference number:  Buncrana Leisure Centre
II.1.2)

Main CPV code

71200000  -  Architectural and related services
II.1.3)

Type of contract

Services
II.1.4)

Short description

Consultancy Services are required for a design team to design and construct a new Leisure Centre on the site of the existing Buncrana Leisure Centre. The project will include for the demolition of the existing Leisure Centre and the design of a new state of the art, sustainable facility to serve the people of Buncrana and the surrounding region. This tender is to be carried out under the Restricted Procedure for the purposes of assessing applications to short list a number of suitable candidates, who will then proceed to the detailed tender stage, to establish the project team. This tender is separated into two lots, one lot for an "Integrated Design Team" who will be responsible for the design and construction elements of the project and one lot for a "Project Manager / Quantity Surveyor Team" to assist and manage the project with regard to time, milestones and costs. Further details of the project are available in the "Project Information Memorandum" document.
II.1.5)

Estimated total value

Value excluding VAT: 500000.00  EUR
II.1.6)

Information about lots

This contract is divided into lots: yes
Tenders may be submitted for  one lot only
II.2)

Description

II.2.1)

Title

Design Team
Lot No:  1
II.2.2)

Additional CPV code(s)

71220000  -  Architectural design services
71240000  -  Architectural, engineering and planning services
71311000  -  Civil engineering consultancy services
71312000  -  Structural engineering consultancy services
71313200  -  Sound insulation and room acoustics consultancy services
71317210  -  Health and safety consultancy services
71334000  -  Mechanical and electrical engineering services
71520000  -  Construction supervision services
71530000  -  Construction consultancy services
79415200  -  Design consultancy services
II.2.3)

Place of performance

Main site or place of performance:  
Buncrana, Co. Donegal, Ireland
II.2.4)

Description of the procurement

It is envisaged that the full Consultancy Service will be required for a Design Team to provide the following services as per Irish Government "Capital Works Management Framework";
Stage (i) Preliminary Stage Report (for funding / Dept Approval)
Stage (ii) Design Stage (incl. Enabling / demolition contract)
Stage (iii) Tender Action / Evaluation / Award Stage
Stage (iv) Construction Stage
Stage (v) Handover Stage and Final Completion
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: 375000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 54
This contract is subject to renewal: no
II.2.9)

Information about the limits on the number of candidates to be invited

Envisaged minimum number: 5  /  Maximum number: 8
Objective criteria for choosing the limited number of candidates:
Efficient, optimal, tender evaluation and procurement
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: no
II.2.12)

Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
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

Refer to tender documents
II.2)

Description

II.2.1)

Title

Project Manager / Quantity Surveyor
Lot No:  2
II.2.2)

Additional CPV code(s)

71322100  -  Quantity surveying services for civil engineering works
71324000  -  Quantity surveying services
71520000  -  Construction supervision services
71530000  -  Construction consultancy services
72224000  -  Project management consultancy services
II.2.3)

Place of performance

Main site or place of performance:  
Buncrana, Co. Donegal, Ireland
II.2.4)

Description of the procurement

It is envisaged that the PM/QS Team will provide the following services as per Irish Government "Capital Works Management Framework";
Stage (i) Preliminary Stage Report (for funding / Dept Approval). Note: Minimal but essential PM/QS involvement at the preliminary stage
Stage (ii) Design Stage (incl. Enabling / demolition contract)
Stage (iii) Tender Action / Evaluation / Award Stage
Stage (iv) Construction Stage
Stage (v) Handover Stage and Final Completion
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: 125000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 54
This contract is subject to renewal: no
II.2.9)

Information about the limits on the number of candidates to be invited

Envisaged minimum number: 5  /  Maximum number: 8
Objective criteria for choosing the limited number of candidates:
Efficient, optimal, tender evaluation and procurement
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: no
II.2.12)

Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
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

n/a

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:  Refer to 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.2.2)

Contract performance conditions

Refer to 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

Restricted 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:  10/01/2020
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 : 12  (from the date stated for receipt of tender)

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.2)

Information about electronic workflows

Electronic invoicing will be accepted
Electronic payment will be used
VI.3)

Additional information

n/a
VI.4)

Procedures for review

VI.4.1)

Review body

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

VI.4.2)

Body responsible for mediation procedures

RIAI
8 Merrion Square N,
Dublin
DO2 YE68
IE
Telephone: +353 16761703

VI.4.3)

Review procedure

Precise information on deadline(s) for review procedures: 
To be confirmed
VI.4.4)

Service from which information about the review procedure may be obtained

Donegal County Council
County House
Lifford
IE