Contract notice

Information

Published

Date of dispatch of this notice: 01/08/2018

Expire date: 30/08/2018

External Reference: 2018-748130

TED Reference: 2018/S 148-338991

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Kerry County Council
N/A
County Buildings, Rathass
Tralee
Co Kerry
IE
Contact person: Tracy Smith
Telephone: +353 0667142444
Fax: +353 0667142094
NUTS code:  IE053 -  South-West
Internet address(es):
Main address: www.kerrycoco.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=133232&B=ETENDERS_SIMPLE
Additional information can be obtained from
the abovementioned address:  
Tenders or requests to participate must be submitted
to the following address: 
Senior Executive Officer, Corporate Affairs
Kerry County Council County Buildings Rathass Tralee Co. Kerry Ireland
Tralee
IE
Telephone: +44 667142444
NUTS code:  IE053 -  South-West
Internet address(es):
Main address: www.kerrycoco.ie

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

Archaeological Consultancy Services Contract [Stage (i)–(iv) Services]
Reference number:   N69 Listowel Bypass Archaeology
II.1.2)

Main CPV code

71351914  -  Archaeological services
II.1.3)

Type of contract

Services
II.1.4)

Short description

It is anticipated that the following archaeological consultancy services will be required: test excavations and surveys [Stage (i)]; pre-excavation services [Stage (ii)]; archaeological excavation [Stage (iii)]; post-excavation and dissemination [Stage (iv)]; and archaeological Monitoring of Construction Works [Stage (i)k]. Brief description of scope of the Services.
(NOTE: Tenderers are advised that Stage [ii] to Stage [iv] services will only be required where archaeology is identified during Stage [i] services, or by any other means, where instructed by the Client
II.1.5)

Estimated total value

Value excluding VAT: 400000.00  EUR
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

71351914  -  Archaeological services
II.2.3)

Place of performance

NUTS code:  IE053 -  South-West
NUTS code:  IE -  IRELAND
Main site or place of performance:  
Listowel Co Kerry
II.2.4)

Description of the procurement

It is anticipated that the following archaeological consultancy services will be required: test excavations and surveys [Stage (i)]; pre-excavation services [Stage (ii)]; archaeological excavation [Stage (iii)]; post-excavation and dissemination [Stage (iv)]; and archaeological Monitoring of Construction Works [Stage (i)k]. Brief description of scope of the Services.
(NOTE: Tenderers are advised that Stage [ii] to Stage [iv] services will only be required where archaeology is identified during Stage [i] services, or by any other means, where instructed by the Client
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: 400000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 26
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:  As outlined in Procurement Documentation
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.2.1)

Information about a particular profession

Execution of the service is reserved to a particular profession
Reference to the relevant law, regulation or administrative provision:  
As outlined in Procurement Documentation
III.2.2)

Contract performance conditions

As outlined in Procurement Documentation
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 : yes
IV.2)

Administrative information

IV.2.1)

Previous publication concerning this procedure

Notice number in the OJ S: 2018/S 057-126020
IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  30/08/2018
Local time:  16:00
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English
IV.2.7)

Conditions for opening of tenders

Date:  30/08/2018
Local time:  16:00
Place:  
Tenders opened in accordance with Kerry County Council procedures

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.3)

Additional information

Tender submission must be submitted to Senior Executive Officer,
Corporate Affairs
Kerry County Council
County Buildings
Rathass
Tralee
Co. Kerry
Ireland
VI.4)

Procedures for review

VI.4.1)

Review body

The High Court Of Ireland
Dublin
IE