Contract notice

Information

Published

Date of dispatch of this notice: 13/11/2020

Expire date: 14/12/2020

External Reference: 2020-286333

TED Reference: 2020/S 225-553697

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Office of Public Works (OPW)
N/A
Jonathan Swift Street
Trim
Co. Meath, C15 NX36
IE
Contact person: Pascal Tobin
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=178134&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

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

Rosslare Europort Terminal 7 - Provision of Quantity Surveying Services
II.1.2)

Main CPV code

71324000  -  Quantity surveying services
II.1.3)

Type of contract

Services
II.1.4)

Short description

The Commissioners of Public Works in Ireland are seeking applications for inclusion on a tender list for the Provision of Quantity Surveying Services for the construction of a new Border Control Facility at Rosslare Europort Terminal 7.
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

71530000  -  Construction consultancy services
II.2.3)

Place of performance

Main site or place of performance:  
Rosslare Europort, Wexford
II.2.4)

Description of the procurement

The Commissioners of Public Works in Ireland are seeking applications for inclusion on a tender list for the Provision of Quantity Surveying Services for the construction of a new Border Control Facility at Rosslare Europort Terminal 7.
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 35
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: 6  /  Maximum number: 8
Objective criteria for choosing the limited number of candidates:
Criteria are stated only in the procurement documents
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
II.2.14)

Additional information

All information related to this competition is contained in the Procurement Documents

Section III: Legal, economic, financial and technical information

III.1)

Conditions for participation

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:  
Refer to 3.4a and 3.4b in the procurement documents
III.2.2)

Contract performance conditions

As per Procurement documents

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:  14/12/2020
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

Tender must be valid until:  01/08/2021

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.4)

Procedures for review

VI.4.1)

Review body

The High Court
Four Courts, Inns Quay
Dublin 7
IE