Contract notice

Information

Published

Date of dispatch of this notice: 10/12/2021

Expire date: 07/02/2022

External Reference: 2021-272178

TED Reference: 2021/S 243-641119

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Limerick City and County Council
3267368TH
Merchant's Quay
Limerick
Co.Limerick
IE
Contact person: Ultan Heffernan
Telephone: +353 61951000
NUTS code:  IE051 -  Mid-West
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=203963&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

Limerick City and County Council, Multiparty Framework Agreement, Topographic, LiDAR, Orthographic & Underground Utility Services Survey.
II.1.2)

Main CPV code

71510000  -  Site-investigation services
II.1.3)

Type of contract

Services
II.1.4)

Short description

Limerick City and County Council (LCCC) acting as a purchasing body is setting up a multi-supplier Framework Agreement ("the Framework Agreement") for the provision of Consultancy Services in relation to Topographic, LiDAR, Orthographic and Underground Utility Services Survey in relation to the development of Major National Road Schemes (Capital Cost >€20m) in which the Council is involved in within the City and County of Limerick.
It is the intention that Limerick City and County Council will procure ‘Call-Off Contracts’ from the Framework required to facilitate the development of Major National Roads Schemes in the City and County of Limerick. Refer to the Specification.
II.1.5)

Estimated total value

Value excluding VAT: 1000000.00  EUR
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

71222100  -  Urban areas mapping services
71222200  -  Rural areas mapping services
71351810  -  Topographical services
71354100  -  Digital mapping services
71355000  -  Surveying services
II.2.3)

Place of performance

NUTS code:  IE053 -  South-West
NUTS code:  IE051 -  Mid-West
Main site or place of performance:  
Limerick
II.2.4)

Description of the procurement

Limerick City and County Council (LCCC) acting as a purchasing body is setting up a multi-supplier Framework Agreement ("the Framework Agreement") for the provision of Consultancy Services in relation to Topographic, LiDAR, Orthographic and Underground Utility Services Survey in relation to the development of Major National Road Schemes (Capital Cost >€20m) in which the Council is involved in within the City and County of Limerick.
It is the intention that Limerick City and County Council will procure ‘Call-Off Contracts’ from the Framework required to facilitate the development of Major National Roads Schemes in the City and County of Limerick.
The scope of the Consultancy Services Call-Off Contracts may include part or all of the following elements, topographical surveys consisting of a mix of digital aerial photography and ground survey methods including GPS, laser scanning and conventional terrestrial instrumentation, LiDAR Surveys undertaken by aerial survey methods necessary to ensure survey control and feature accuracy requirements as set out in the Specification, Orthophotography digital imagery as set in the Specification and Underground Utility Services Surveys involving manhole inspection, Electro Magnetic Location and Ground Penetrating Radar to complete the non-intrusive utility mapping of all underground services. Liaison with LCCC and external bodies including Statutory Authorities, utility providers, landowners, and the Project Supervisor Construction Stage (PSCS). Refer to the Specification.
II.2.5)

Award criteria

Criteria below
Price
II.2.6)

Estimated value

Value excluding VAT: 1000000.00  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:  
The Framework Agreement has an anticipated duration of 2 years, with an option for the Contracting Authority to extend the duration, at its discretion, for two (2) further 1 year periods.
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:  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.2.3)

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:  5
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:  31/01/2022
Local time:  14:00
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:  31/01/2022
Local time:  14:00

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.2)

Information about electronic workflows

Electronic payment will be used
VI.4)

Procedures for review

VI.4.1)

Review body

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