Contract notice

Information

Published

Date of dispatch of this notice: 23/04/2018

Expire date: 24/05/2018

External Reference: 2018-978406

TED Reference: 2018/S 079-176930

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Limerick City and County Council
3267368TH
County Hall, Dooradoyle
Limerick
V94 WV78
IE
Contact person: Customer Services
Telephone: +353 61556000
NUTS code:  IE051 -  Mid-West
Internet address(es):
Main address: www.limerick.ie

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=125724&B=ETENDERS_SIMPLE
Additional information can be obtained from
another address: 
Mid West National Road Design Office
3267368TH
Lissanalta House, Dooradoyle Road, Dooradoyle
Limerick
V94 H5RR
IE
Contact person: Jari Howard
Telephone: +353 61951000
NUTS code:  IE051 -  Mid-West
Internet address(es):
Main address: www.limerick.ie

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

N/M20 Cork to Limerick Road Improvement Scheme - Technical Consultancy Services
II.1.2)

Main CPV code

71300000  -  Engineering services
II.1.3)

Type of contract

Services
II.1.4)

Short description

Limerick City and County Council and Cork County Council in partnership with Transport Infrastructure Ireland propose to carry out the planning and design of the N/M20 Cork to Limerick Road Improvement Scheme. The scheme will provide a high quality road connecting Cork and Limerick.
Limerick City and County Council requires Technical Consultancy Services from a multi-disciplinary engineering led Consultancy team which will provide the Engineering, Environmental, Economic and Appraisal services required to successfully deliver the project through the planning and design phases.
II.1.5)

Estimated total value

Value excluding VAT: 8000000.00  EUR
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

71311000  -  Civil engineering consultancy services
71312000  -  Structural engineering consultancy services
71313000  -  Environmental engineering consultancy services
79311410  -  Economic impact assessment
II.2.3)

Place of performance

NUTS code:  IE05 -  Southern
Main site or place of performance:  
Dooradoyle, Limerick
II.2.4)

Description of the procurement

Limerick City and County Council and Cork County Council in partnership with Transport Infrastructure Ireland propose to carry out the planning and design of the N/M20 Cork to Limerick Road Improvement Scheme. The scheme will provide a high quality road connecting Cork and Limerick.
Limerick City and County Council requires Technical Consultancy Services from a multi-disciplinary engineering led Consultancy team which will provide the Engineering, Environmental, Economic and Appraisal services required to successfully deliver the project through the planning and design phases. The services to be provided include but are not limited to all services necessary and desirable for the purposeful management and delivery of Phase 1 (Concept and Feasibility), Phase 2 (Options Selection), Phase 3 (Design and Environmental Evaluation) and Phase 4 (Statutory Processes) of the Transport Infrastructure Ireland Project Management Guidelines. The services will be provided in accordance with the Transport Infrastructure Ireland Project Management Guidelines and the Project Appraisal Guidelines.
The scheme will be appraised in line with the Government's Public Spending Code and the Department of Transport, Tourism and Sport's Common Appraisal Framework. The scheme will be designed to comply with the objectives outlined in the Government's Project Ireland 2040 National Planning Framework and National Development Plan 2018-2027.
The Contracting Authority may undertake a separate procurement during the contract duration to appoint a Contractor to assist with the planning and design of the scheme as part of an Early Collaboration Contract. The Consultant would then assist the Contracting Authority in this procurement and then collaborate with the Client and Contractor to bring the scheme through the statutory process.
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Quality  /  Weighting:  80%
Price  -  Weighting:  20%
II.2.6)

Estimated value

Value excluding VAT: 8000000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48
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: 5
Objective criteria for choosing the limited number of candidates:
Provided that there are a sufficient number of suitable applicants, the Contracting Authority intends to invite a minimum of five (5 No.) applicants to submit tenders based on the selection criteria referenced under sections 3.4c (Services Provided over the Past 10 years) and 3.4d (Measures for Ensuring Quality) of the Suitability Assessment Questionnaire.
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

The Contracting Authority will provide office accommodation in Limerick for the establishment of a Project Office.
The Contracting Authority will consider expressions of interest from appropriate joint venture service providers that can address the extensive deliverables necessary in a timely and efficient manner within the contract period, should a candidate feel that this is preferable.

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

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.2.1)

Previous publication concerning this procedure

Notice number in the OJ S: 2017/S 225-468469
IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  24/05/2018
Local time:  14:00
IV.2.3)

Estimated date of dispatch of invitations to tender or to participate to selected candidates

Date: 20/06/2018
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)

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

High Court of Ireland
Four Courts
Dublin
7
IE
Telephone: +353 18886511
Internet address: www.courts.ie