Contract notice

Information

Published

Date of dispatch of this notice: 10/08/2022

Expire date: 16/09/2022

External Reference: 2022-289488

TED Reference: 2022/S 155-443595

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: Sinead Kennedy
Telephone: +353 61556000
NUTS code:  IE -  IRELAND
Internet address(es):
Main address: www.limerick.ie

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=220770&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

Multidisciplinary Consultancy Services for TUS Moylish to City Active Travel Scheme - Phases 5-7
Reference number:  TUS Moylish to City Phase 5-7
II.1.2)

Main CPV code

71311000  -  Civil engineering consultancy services
II.1.3)

Type of contract

Services
II.1.4)

Short description

The proposed development will maintain a carriageway and city inbound bus lane. The scheme will include segregated cycletrack and footpath, dedicated pedestrian and cycle crossing facilities (including junction signalized, toucan and zebra). The works will also provide an upgrade of the traffic signals at Hassett’s Cross to provide both a protected junction arrangement for cyclists & bus priority measures for public transport. There are also additional upgrade works to bus stops, side road junctions, new road surfacing, installation of LED public lighting & surface water drainage works.
Along Belfield Court and Belfield Gardens, cyclists will be required to share the carriageway with cars. To improve safety to cyclists, traffic calming measures are being proposed including junction raised tables and the provision of localized narrowing of the carriageway with a chicane arrangement along the longest stretch between junctions.
II.1.5)

Estimated total value

Value excluding VAT: 300000.00  EUR
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

71240000  -  Architectural, engineering and planning services
71320000  -  Engineering design services
71420000  -  Landscape architectural services
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
Main site or place of performance:  
Limerick.
II.2.4)

Description of the procurement

The proposed development will maintain a 6.0m carriageway and 3.0m city inbound bus lane from Moylish Roundabout to Hassett’s Cross, 6.0m carriageway and on-street parking on Sexton Street North and on High Road. The scheme will include segregated cycletrack and footpath, dedicated pedestrian and cycle crossing facilities (including junction signalized, toucan and zebra). The works will also provide an upgrade of the traffic signals at Hassett’s Cross to provide both a protected junction arrangement for cyclists & bus priority measures for public transport. There are also additional upgrade works to bus stops, side road junctions, new road surfacing, installation of LED public lighting & surface water drainage works.
Along Belfield Court and Belfield Gardens, cyclists will be required to share the carriageway with cars. To improve safety to cyclists, traffic calming measures are being proposed including junction raised tables and the provision of localized narrowing of the carriageway with a chicane arrangement along the longest stretch between junctions.
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: 300000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 21
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

The tenderers submission via e-tenders should consist of the following documents:
 European Single Procurement Document (ESPD)
 Completed Pricing Document including the Form of Tender.
 Quality Submission Document

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 outlined in Instructions to Tenderers
III.1.2)

Economic and financial standing

List and brief description of selection criteria:  
As outlined in Instructions to Tenderers
III.1.3)

Technical and professional ability

List and brief description of selection criteria:  
As outlined in Instructions to Tenderers
III.2)

Conditions related to the contract

III.2.2)

Contract performance conditions

As outlined in Instructions to Tenderers

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:  16/09/2022
Local time:  17:00
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:  16/09/2022
Local time:  17:00
Information about authorised persons and opening procedure:  
As outlined in Instructions to Tenderers

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

National Transport Authority
Dublin
IE

VI.4.3)

Review procedure

Precise information on deadline(s) for review procedures: 
As outlined in Instructions to Tenderers