Contract notice

Information

Published

Date of dispatch of this notice: 10/03/2020

Expire date: 01/05/2020

External Reference: 2020-255870

TED Reference: 2020/S 052-123647

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Cork County Council
N/A
County Hall
Cork
Carrigrohane Road
IE
Contact person: Brian Lawlor
Telephone: +353 214871026
Internet address(es):
Main address: www.corkcoco.ie

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=164225&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

Cork County Council 2020 Framework Agreement - Engineering Consultancy Design Services for Road Improvement (Minor Works) Projects
Reference number:  CCC_RLRDO_R_08_2020
II.1.2)

Main CPV code

71311000  -  Civil engineering consultancy services
II.1.3)

Type of contract

Services
II.1.4)

Short description

The framework is being established to provide engineering consultancy services to assist Cork County Council (CCC) Engineers with the maintenance and minor upgrade of the public road network. It is envisaged that the Members (of the Framework) fees for the delivery of the required services for a specific project would typically be of the region of €3,000 - €50,000.
The framework covers the supply of relevant engineering services typical of road projects but will also include services for improving the safety of the public and enhancing inter alia; pedestrian routes, cycle routes, open spaces (urban renewal), public transport facilities, car park/ yard layouts, and other ancillary engineering services. The framework will cover the service needs of the Council Engineers and may consist of an engineering review/ report/ advice note to a scheme design/ planning (Part 8 /CPO)/ land take/ and construction project.
II.1.5)

Estimated total value

Value excluding VAT: 500000.00  EUR
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

71320000  -  Engineering design services
71322000  -  Engineering design services for the construction of civil engineering works
II.2.3)

Place of performance

Main site or place of performance:  
County Cork
II.2.4)

Description of the procurement

The framework is being established to provide engineering consultancy services to assist Cork County Council (CCC) Engineers with the maintenance and minor upgrade of the public road network. It is envisaged that the Members (of the Framework) fees for the delivery of the required services for a specific project would typically be of the region of €3,000 - €50,000.
The framework covers the supply of relevant engineering services typical of road projects with an emphasis on the upkeep/upgrade of the public road network, but will also include services for improving the safety of the public and enhancing inter alia; pedestrian routes, cycle routes, open spaces (urban renewal), public transport facilities, car park/ yard layouts, and other ancillary engineering services to assist the Engineers. Although each project will vary, and be site specific, a sample list of the type of services that may be required are listed in the procurement documentation under, Schedule 1 - The Services. The framework will cover the service needs of the Council Engineers and may consist of an engineering review/ report/ advice note to a scheme design/ planning (Part 8 /CPO)/ land take/ and construction project.
Each member of the Framework must be in a position to provide the technical staff including the engineering lead (e.g. project manager) and provide/ manage the required services to deliver the project (as detailed at Stage 2, Call-off Stage). CCC may require input, advice, reports from experienced engineers(s) or may need a project team (including specialist) to deliver the project services.
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Criteria A  /  Weighting:  25
Quality criterion  -  Name:  Criteria B  /  Weighting:  25
Quality criterion  -  Name:  Criteria C  /  Weighting:  25
Quality criterion  -  Name:  Criteria D  /  Weighting:  25
Price  -  Weighting:  0
II.2.6)

Estimated value

Value excluding VAT: 500000.00  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:  
Framework can be extended for a further 24 months [Maximum of 4 years in duration]
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:  Please refer to attached documentation for any/full details
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.1.3)

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:  12
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:  24/04/2020
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 : 6  (from the date stated for receipt of tender)
IV.2.7)

Conditions for opening of tenders

Date:  24/04/2020
Local time:  12:00

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
VI.4)

Procedures for review

VI.4.1)

Review body

The High Court
Four Courts, Inns Quay
Dublin 7
IE
Telephone: +353 18886000
Internet address: http://www.courts.ie

VI.4.2)

Body responsible for mediation procedures

Engineers Ireland
Dublin
IE

VI.4.4)

Service from which information about the review procedure may be obtained

Cork County Council
Cork
IE