Contract notice

Information

Published

Date of dispatch of this notice: 12/06/2015

Expire date: 16/07/2015

External Reference: 2015-001861

TED Reference: 2015/S 115-208736

Contract notice

Contract notice

Classic Sector

Directive 2004/18/EC

Services

Section I: Contracting authority

I.1)

Name, addresses and contact point(s)

Limerick City and County Council
3267368TH
Merchant's Quay
Co.Limerick  Limerick
IE
For the attention of: Joe Coughlan
Telephone: +353 61407183
E-mail: procurement@limerick.ie
Further information can be obtained from:
Limerick City and County Coucil
Corporate Services, Merchant's Quay, Limerick
Limerick
IE
For the attention of: Mr Pat Daly
Telephone: +353 61407100
E-mail: economicdev@limerick.ie
Internet address:
Specifications and additional documents (including documents for a dynamic purchasing system) can be obtained from:
Limerick City and County Council
Corporate Services, Merchant's Quay, Limerick
Limerick
IE
For the attention of: Mr Pat Daly
Telephone: +353 61407100
E-mail: economicdev@limerick.ie
Internet address:
Tenders or requests to participate must be sent to:
Limerick City and County Council
Corporate Services, Merchant's Quay, Limerick
Limerick
IE
For the attention of: Mr Pat Daly
Telephone: +353 61407100
E-mail: economicdev@limerick.ie
Internet address:
I.2)

Type of the contracting authority

Regional or local authority
I.3)

Main activity

  • Housing and community amenities
I.4)

Contract award on behalf of other contracting authorities

The contracting authority is purchasing on behalf of other contracting authorities: no

Section II: Object of the contract

II.1)

Description

II.1.1)

Title attributed to the contract by the contracting authority:

Client Representative Project Opera, Limerick City and County Council

II.1.2)

Type of contract and location of works, place of delivery or of performance

Services
    Category No12:  Architectural services; engineering services and integrated engineering services; urban planning and landscape engineering services; related scientific and technical consulting services; technical testing and analysis services
    Main site or location of works, place of delivery or of performance:

    Limerick

    NUTS code
    IRELAND
    II.1.3)

    Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)

    The notice involves a public contract
    II.1.5)

    Short description of the contract or purchase(s)

    The Client Representative will comprise a single integrated project management

    led multi-disciplinary team and will provide technical advice and services to the

    Contracting Authority on Project Opera (the “Project“). These multi-disciplinary

    professional consultancy services include but are not limited to the following

    principle services and support services;

    Principle Services:

    (a) project management

    (b) quantity surveying

    Support Services;

    (a) planning / urban design / conservation

    (b) architecture

    (c) civil and structural engineering

    (d) mechanical and electrical engineering

    (e) property consultancy / estate agency

    It is intended, provided there are sufficient suitable Applicants, that the five (5)

    highest ranked Applicants will be invited to participate in stage two of the tender

    competition.

    Applicants who submit bids at stage two (2) of the process will be evaluated

    against the award criteria set down in the tender documents.

    The above information on stage 2 is preliminary only and LCCC reserves the

    right to amend the above process at stage 2. Further information will be provided

    on stage 2 with the invitation to tender documents.

    II.1.6)

    Common procurement vocabulary (CPV)

    Main vocabulary
    71311000   Civil engineering consultancy services
    Supplementary vocabulary
    45212350   Buildings of particular historical or architectural interest
    70000000   Real estate services
    71200000   Architectural and related services
    71324000   Quantity surveying services
    71334000   Mechanical and electrical engineering services
    71410000   Urban planning services
    71541000   Construction project management services
    II.1.7)

    Information about Government Procurement Agreement (GPA)

    The contract is covered by the Government Procurement Agreement (GPA):  yes
    II.1.8)

    Lots

    This contract is divided into lots:  no
    II.1.9)

    Information about variants

    Variants will be accepted:  no
    II.2)

    Quantity or scope of the contract

    II.2.1)

    Total quantity or scope:

    The development of the site is proposed as a mixed used development with an emphasis on educational and private / public sector uses including small scale retail. The complete development is projected to accommodate approximately 50,000m2 (538,000sq.ft) of building accommodation.

    Estimated cost excluding VAT: 3000000  EUR
    II.2.2)

    Information about options

    Options: no
    II.2.3)

    Information about renewals

    This contract is subject to renewal: no

    Section III: Legal, economic, financial and technical information

    III.1)

    Conditions relating to the contract

    III.1.2)

    Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them

    In accordance with the Conditions of Engagement for Consultancy Services (Technical)

    III.1.3)

    Legal form to be taken by the group of economic operators to whom the contract is to be awarded:

    Applicants are not required to assume a particular legal form at this stage of the competition. Applications may be submitted from single entities or by groups. A group will not be required to convert into a specific legal form in order to submit a bid, but may be required to do so if successful and once it is to be awarded the contract. Limerick City and County Council also reserves the right to contract with each member of the group or on the basis of joint and several liability.

    III.1.4)

    Other particular conditions

    The performance of the contract is subject to particular conditions: no
    III.2)

    Conditions for participation

    III.2.1)

    Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers

    Information and formalities necessary for evaluating if the requirements are met:

    Please see the Suitability Assessment Questionnaire (available to download from https://irl.eu-supply.com or www.etenders.gov.ie).

    III.2.2)

    Economic and financial ability

    Information and formalities necessary for evaluating if the requirements are met:

    Please see the Suitability Assessment Questionnaire (available to download from https://irl.eu-supply.com or www.etenders.gov.ie).

    Minimum level(s) of standards possibly required:

    Please see the Suitability Assessment Questionnaire (available to download from https://irl.eu-supply.com or www.etenders.gov.ie).

    III.2.3)

    Technical capacity

    Information and formalities necessary for evaluating if the requirements are met:

    Information and formalities necessary for evaluating if requirements are met:

    Please see the Suitability Assessment Questionnaire (available to download from https://irl.eu-supply.com or www.etenders.gov.ie).

    Minimum level(s) of standards possibly required:

    Please see the Suitability Assessment Questionnaire (available to download from https://irl.eu-supply.com or www.etenders.gov.ie).

    III.3)

    Conditions specific to services contracts

    III.3.1)

    Information about a particular profession

    Execution of the service is reserved to a particular profession: no
    III.3.2)

    Staff responsible for the execution of the service

    Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: yes

    Section IV: Procedure

    IV.1)

    Type of procedure

    IV.1.1)

    Type of procedure

    Restricted
    IV.1.2)

    Limitations on the number of operators who will be invited to tender or to participate

    Envisaged number of operators:  5
    Objective criteria for choosing the limited number of candidates: 

    Please see the Suitability Assessment Questionnaire (available to download from https://irl.eu-supply.com or www.etenders.gov.ie).

    IV.2)

    Award criteria

    IV.2.1)

    Award criteria

    The most economically advantageous tender in terms of , the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
    IV.2.2)

    Information about electronic auction

    An electronic auction will be used: no
    IV.3)

    Administrative information

    IV.3.1)

    File reference number attributed by the contracting authority

    N/A

    IV.3.2)

    Previous publication(s) concerning the same contract

    no
    IV.3.3)

    Conditions for obtaining specifications and additional documents or descriptive document

    Time limit for receipt of requests for documents or for accessing documents: 16.07.2015 - 12:00
    Payable documents: no
    IV.3.4)

    Time limit for receipt of tenders or requests to participate

    16.07.2015 - 12:00
    IV.3.5)

    Date of dispatch of invitations to tender or to participate to selected candidates

    04.08.2015
    IV.3.6)

    Language(s) in which tenders or requests to participate may be drawn up

    [Language_EN]

    Section VI: Complementary information

    VI.1)

    Information about recurrence

    This is a recurrent procurement: no
    VI.2)

    Information about European Union funds

    The contract is related to a project and/or programme financed by European Union funds: no
    VI.3)

    Additional information:

    (a) The Authority is subject to the Freedom of Information Acts 2014. The Candidate shall state if any of the information supplied by it in response to this notice is confidential or commercially sensitive or should not be disclosed in respect of a request for information under the aforementioned Acts. The Candidate shall state why it considers the information to be confidential or commercially sensitive. The Authority will consult with any Candidate / Tenderer about sensitive information before making a decision on any Freedom of Information request received.

    (b) Any contract award is subject to production of a current tax clearance certificate from the Revenue Commissioners in Ireland.

    (c) All costs incurred by candidates in preparing submissions must be borne by them. The contracting authority accepts no liability for these costs, irrespective of the outcome of the competition, or if the competition is postponed or cancelled.

    (d) The contracting authority may terminate this competition (or any part thereof), change the basis of and the procedures for the bidding process, at any time, or procure the contract by alternative means if it appears that it can thereby be more advantageously procured. The most economically advantageous or any tender will not necessarily be accepted.

    (e) Candidates should note that this is a two (2) stage selection process with the successful candidates from the pre-qualification process invited to bid at stage two (2).

    (f) All times set out in this contract notice are in local Irish time.

    (g) All monetary amounts shall be quoted in Euro.

    (h) For further information on the procedures governing the competition, candidates’ attention is drawn to the Suitability Assessment Questionnaire.

    (i) Candidates must register their interest on the OJEU and etenders website (https://irl.eu-supply.com and www.e-tenders.gov.ie) in order to be included on the mailing list for correspondence in relation to the competition. Documents are available on line at https://irl.eu-supply.com and www.e-tenders.gov.ie

    (ET Ref: )

    VI.4)

    Procedures for appeal

    VI.4.1)

    Body responsible for appeal procedures

    The High Court of Ireland
    High Court Central Office, Four Courts, Inns Quay
    IE  Dublin
    IE
    E-mail: highcourtcentraloffice@courts.ie
    Internet address: http://www.courts.ie
     

    Body responsible for mediation procedures

    VI.4.2)

    Lodging of appeals

    Precise information on deadline(s) for lodging appeals:
    VI.4.3)

    Service from which information about the lodging of appeals may be obtained

    The High Court of Ireland
    High Court Central Office, Four Courts, Inns Quay
    IE  Dublin
    IE
    E-mail: highcourtcentraloffice@courts.ie
    Internet address: http://www.courts.ie