Contract notice

Information

Published

Date of dispatch of this notice: 03/03/2023

Expire date: 12/04/2023

External Reference: 2023-229816

TED Reference: 2023/S 048-141718

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Carlow County Council
N/A
Athy Road
Co Carlow
Carlow R93 E7R7
IE
Contact person: Conor Moriarty
Telephone: +353 0599170382
NUTS code:  IE -  IRELAND
Internet address(es):
Main address: http://www.carlow.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=235429&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

Carlow Town URDF Town Centre Public Realm Enhancement
Reference number:  EU-23-1490
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

Procurement of Design Team for Carlow Town URDF Town Centre Public Realm Enhancement as part of the Urban Regeneration and Development Fund Project.
II.1.5)

Estimated total value

Value excluding VAT: 2000000.00  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
71300000  -  Engineering services
71310000  -  Consultative engineering and construction services
71311000  -  Civil engineering consultancy services
71311100  -  Civil engineering support services
71311200  -  Transport systems consultancy services
71311300  -  Infrastructure works consultancy services
71312000  -  Structural engineering consultancy services
71313000  -  Environmental engineering consultancy services
71313100  -  Noise-control consultancy services
71313400  -  Environmental impact assessment for construction
71313410  -  Risk or hazard assessment for construction
71313420  -  Environmental standards for construction
71313430  -  Environmental indicators analysis for construction
71313440  -  Environmental Impact Assessment (EIA) services for construction
71313450  -  Environmental monitoring for construction
71317000  -  Hazard protection and control consultancy services
71317100  -  Fire and explosion protection and control consultancy services
71317200  -  Health and safety services
71317210  -  Health and safety consultancy services
71318000  -  Advisory and consultative engineering services
71320000  -  Engineering design services
71322000  -  Engineering design services for the construction of civil engineering works
71322100  -  Quantity surveying services for civil engineering works
71322200  -  Pipeline-design services
71322500  -  Engineering-design services for traffic installations
71324000  -  Quantity surveying services
71325000  -  Foundation-design services
71326000  -  Ancillary building services
71327000  -  Load-bearing structure design services
71328000  -  Verification of load-bearing structure design services
71330000  -  Miscellaneous engineering services
71331000  -  Drilling-mud engineering services
71332000  -  Geotechnical engineering services
71333000  -  Mechanical engineering services
71334000  -  Mechanical and electrical engineering services
71335000  -  Engineering studies
71336000  -  Engineering support services
71337000  -  Corrosion engineering services
71340000  -  Integrated engineering services
71350000  -  Engineering-related scientific and technical services
71351000  -  Geological, geophysical and other scientific prospecting services
71351100  -  Core preparation and analysis services
71351200  -  Geological and geophysical consultancy services
71351210  -  Geophysical consultancy services
71351220  -  Geological consultancy services
71351500  -  Ground investigation services
71351800  -  Topographical and water divining services
71351810  -  Topographical services
71351811  -  Topographical surveys of archaeological sites
71352000  -  Subsurface surveying services
71352300  -  Magnetometric surveying services
71353000  -  Surface surveying services
71400000  -  Urban planning and landscape architectural services
71410000  -  Urban planning services
71420000  -  Landscape architectural services
71421000  -  Landscape gardening services
71500000  -  Construction-related services
71510000  -  Site-investigation services
71520000  -  Construction supervision services
71521000  -  Construction-site supervision services
71530000  -  Construction consultancy services
71540000  -  Construction management services
71541000  -  Construction project management services
71630000  -  Technical inspection and testing services
71631000  -  Technical inspection services
71631300  -  Technical building-inspection services
71631400  -  Technical inspection services of engineering structures
71631430  -  Leak-testing services
71631440  -  Flow-monitoring services
71631480  -  Road-inspection services
71632000  -  Technical testing services
71632200  -  Non-destructive testing services
71800000  -  Consulting services for water-supply and waste consultancy
71900000  -  Laboratory services
II.2.3)

Place of performance

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

Description of the procurement

Procurement of Design Team for Carlow Town URDF Town Centre Public Realm Enhancement as part of the Urban Regeneration and Development Fund Project.
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: 2000000.00  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.2.10)

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:  Please see Tender 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

Please see 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 : no
IV.2)

Administrative information

IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  03/04/2023
Local time:  14:00
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:  03/04/2023
Local time:  14:00

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.2)

Information about electronic workflows

Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.4)

Procedures for review

VI.4.1)

Review body

Engineers Ireland
22 Clyde Road, Ballsbridge,
Dublin.
D04 R3N2
IE
Internet address: www.engineersireland.ie

VI.4.2)

Body responsible for mediation procedures

Engineers Ireland
22 Clyde Road, Ballsbridge,
Dublin.
D04 R3N2
IE
Internet address: www.engineersireland.ie