Contract notice

Information

Published

Date of dispatch of this notice: 13/06/2022

Expire date: 18/07/2022

External Reference: 2022-202904

TED Reference: 2022/S 116-326495

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Waterford City and County Council
3263046AH
City Hall, The Mall
Waterford
Co.Waterford
IE
Contact person: Paul Flynn
Telephone: +353 0761102624
NUTS code:  IE0 -  IRELAND
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=216258&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

Appointment of an Architect led Design Team To Design, Develop and Deliver Water Activity Centres at Ardmore and Tramore Co. Waterford
Reference number:  WCCC 22/361
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

Waterford City & County Council in collaboration with Fáilte Ireland wish to procure a service of an architect led multi-disciplinary design team. The appointed Design Team will be responsible for the design development, construction and handover of the Water Activity Centres at Ardmore and Tramore, Co. Waterford.
The centres are being designed for Local Authorities and is anticipated to deliver an appropriate range of new activity visitor facilities. The key components to be included at both locations will include the following;
• sustainable and accessible design
• toilet provision
• shower provision
• changing provision
• secure storage
• induction space
• external terrace
• equipment washdown facilities
• orientation points and security
II.1.5)

Estimated total value

Value excluding VAT: 250000.00  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
71210000  -  Advisory architectural services
71220000  -  Architectural design services
71221000  -  Architectural services for buildings
71223000  -  Architectural services for building extensions
71240000  -  Architectural, engineering and planning services
71400000  -  Urban planning and landscape architectural services
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
Main site or place of performance:  
Ardmore and Tramore, Co. Waterford
II.2.4)

Description of the procurement

Waterford City & County Council in collaboration with Fáilte Ireland wish to procure a service of an architect led multi-disciplinary design team to design, develop and deliver, two Water Activity Centres respectively at Ardmore and Tramore, Co. Waterford.
The centres are being developed under Fáilte Ireland’s ‘Platforms for Growth’ investment scheme. Fáilte Ireland has developed an Exemplar Design which will ensure consistent development and a recognizable national brand. The appointed Design Team will be responsible for the design development, construction and handover of the Water Activity Centres at Ardmore and Tramore.
The Water Activity Centre shall provide the accommodation as detailed on the Exemplar Drawings. Any deviations from the proposed accommodation will be agreed in writing with Waterford City & County Council and Fáilte Ireland.
This scheme is designed for Local Authorities and is anticipated to deliver an appropriate range of new activity visitor facilities around the country via a collaborative approach. The outcomes Fáilte Ireland is aiming to achieve with the addition of activity visitor facilities are all-weather changing facilities at existing water sports locations, the key components of which will be;
• sustainable and accessible design
• toilet provision
• shower provision
• changing provision
• secure storage
• induction space
• external terrace
• equipment washdown facilities
• orientation points and security
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: 250000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24
This contract is subject to renewal: 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
II.2.14)

Additional information

As per requirements of RFQ or RFT

Section III: Legal, economic, financial and technical information

III.1)

Conditions for participation

III.2)

Conditions related to 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 : no
IV.2)

Administrative information

IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  11/07/2022
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:  11/07/2022
Local time:  12:00
Place:  
Electronic tender submissions only will be accepted via the etender's web portal
Information about authorised persons and opening procedure:  
Tender's will be opened as per the eTender's procedures

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

RIAI
Dublin
IE