Contract notice

Information

Published

Date of dispatch of this notice: 28/01/2022

Expire date: 10/03/2022

External Reference: 2022-296109

TED Reference: 2022/S 023-057933

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Longford County Council
N/A
Áras An Chontae
Longford N39 NH56
Great Water Street
IE
Contact person: Seamus Lough
Telephone: +353 3343377
NUTS code:  IE063 -  Midland
Internet address(es):
I.2)

Joint procurement

The contract is awarded by a central purchasing body
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=205786&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

Architect Led Project Management and Design Consultancy Services for the “Pobal le Cheile” Project, Ballymahon, Co. Longford.
Reference number:  Longford County Council
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

1. Provision of an Architect Led Project Management and Design Team Services for the proposed “Pobal le Cheile” Project, Ballymahon, Co. Longford. The selected Consultants shall also be responsible to take up the roles of Assigned Certifier, Designer, Employers Representative in construction contract and PSDP (Health & Safety).
2. All Consultants shall be registered as a professional in the discipline in which they are providing services, in accordance with current Irish law.
3. The consultancy service must be an all-in package and incorporate other consultants, ie. Architect, Project Management, Civil Engineer, Structural Engineer, Building Services Engineer, Landscape Architect, Quantity Surveyor.
4. The services are to be provided in Stages (ii a-c), (iii), (iv) and (v) as described in the Project Brief (01-PB) document and in Schedule B (05-FTS9). Note that each of these stages should be costed separately and the Client can terminate the contract at the end of any of the stages.
II.1.5)

Estimated total value

Value excluding VAT: 590000.00  EUR
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

71200000  -  Architectural and related services
71220000  -  Architectural design services
71221000  -  Architectural services for buildings
71222000  -  Architectural services for outdoor areas
71240000  -  Architectural, engineering and planning services
71250000  -  Architectural, engineering and surveying services
71300000  -  Engineering services
71500000  -  Construction-related services
II.2.3)

Place of performance

NUTS code:  IE063 -  Midland
II.2.4)

Description of the procurement

1. Provision of an Architect Led Project Management and Design Team Services for the statutory planning process, detailed design, procurement, construction management and final certification of the proposed “Pobal le Cheile” Project, Ballymahon, Co. Longford. The selected Consultants shall also be responsible to take up the roles of Assigned Certifier, Designer, Employers Representative (ER) in construction contract and PSDP (Health & Safety)
2. All Consultants shall be registered as a professional in the discipline in which they are providing services, in accordance with the current Irish law.
3. The consultancy service must be an all-in package and incorporate other competent consultants, ie. Architect, Project Management, Civil Engineer, Structural Engineer, Building Services Engineer, Quantity Surveyor as required to ensure successful completion of the project on time and within budget.
4. The services are to be provided in Stages (ii a-c), (iii), (iv) and (v) as described in this Project Brief (01-PB) document and in Schedule B (05-FTS9). Please note that each of these stages should be costed separately and the Client can terminate the contract at the end of any of the stages. Each stage will only progress subject to availability of funding.
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: 590000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 38
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:  As stated in the procurement 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

As stated in the procurement 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:  03/03/2022
Local time:  16:00
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English
IV.2.7)

Conditions for opening of tenders

Date:  03/03/2022
Local time:  17:00

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

The High Court
The Four Courts
Dublin
IE