Contract notice

Information

Published

Date of dispatch of this notice: 06/03/2015

Expire date: 24/04/2015

External Reference: 2015-518096

TED Reference: 2015/S 049-084445

Contract notice

Cached Version

Contract notice

Classic Sector

Directive 2004/18/EC

Works

Section I: Contracting authority

I.1)

Name, addresses and contact point(s)

Galway County Council
N/A
County Hall
Prospect Hill  Galway
IE
For the attention of: Michael Owens
Telephone: +353 91509000
E-mail: secretar@galwaycoco.ie
Fax: +353 91509010
Internet address(es):
Address of the buyer profile: http://irl.eu-supply.com/ctm/Supplier/CompanyInformation/Index/423
Electronic access to information: http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=86340&B=ETENDERS_SIMPLE
Electronic submission of tenders and requests to participate: http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=86340&B=ETENDERS_SIMPLE
Further information can be obtained from:
Galway County Council NRDO
N/A
Corporate House, Ballybrit,
Galway
IE
Telephone: +353 91509594
E-mail: nrdo@galwaycoco.ie
Internet address:
Specifications and additional documents (including documents for a dynamic purchasing system) can be obtained from:The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.2)

Type of the contracting authority

Regional or local authority
I.3)

Main activity

  • General public services
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:

N84 Luimnagh Realignment Scheme

II.1.2)

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

Works
    Execution
    Main site or location of works, place of delivery or of performance:

    Luimnagh, Headford, Galway, Ireland.

    NUTS code
    West
    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 proposed works will involve construction of approximately 4.5 km of Standard Single Carriageway, typically with 2 x 3.65m carriageway, 2 x 2.5m hard shoulder, and verges of approximately 3.0m. Approximately 3km will comprise predominantly online realignment widening, 1.5km approximately is new alignment construction.

    • This section will also entail modification and re-alignment of 3 no. existing local side road junctions and 2 no. new junctions including numerous access points, domestic and agricultural with construction of associated roads.

    II.1.6)

    Common procurement vocabulary (CPV)

    45000000   Construction work
    45100000   Site preparation work
    45110000   Building demolition and wrecking work and earthmoving work
    45112000   Excavating and earthmoving work
    45112700   Landscaping work
    45112730   Landscaping work for roads and motorways
    45200000   Works for complete or part construction and civil engineering work
    45230000   Construction work for pipelines, communication and power lines, for highways, roads, airfields and railways; flatwork
    45233000   Construction, foundation and surface works for highways, roads
    45233100   Construction work for highways, roads
    45233120   Road construction works
    45233125   Road junction construction work
    45233200   Various surface works
    45233220   Surface work for roads
    45233226   Access road construction work
    45233290   Installation of road signs
    II.1.7)

    Information about Government Procurement Agreement (GPA)

    The contract is covered by the Government Procurement Agreement (GPA):  no
    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 proposed works will involve construction of approximately 4.5 km of Standard Single Carriageway, typically with 2 x 3.65m carriageway, 2 x 2.5m hard shoulder, and verges of approximately 3.0m. Approximately 3km will comprise predominantly online realignment widening, 1.5km approximately is new alignment construction.

    • This section will also entail modification and re-alignment of 3 no. existing local side road junctions and 2 no. new junctions including numerous access points, domestic and agricultural with construction of associated roads.

    Estimated cost excluding VAT: 6600000  EUR
    II.2.2)

    Information about options

    Options: no
    II.2.3)

    Information about renewals

    This contract is subject to renewal: no
    II.3)

    Duration of the contract or time limit for completion

    Duration in months: 018 (from the award of the contract)

    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

    PW-CF3 – Public Works Contract for Civil Engineering Works designed by the Employer

    III.1.4)

    Other particular conditions

    The performance of the contract is subject to particular conditions: yes
    Description of particular conditions: 

    PW-CF3 – Public Works Contract for Civil Engineering Works designed by the Employer

    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: no

    Section IV: Procedure

    IV.1)

    Type of procedure

    IV.1.1)

    Type of procedure

    Open
    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

    N84 Luimnagh Realignment Scheme

    IV.3.2)

    Previous publication(s) concerning the same contract

    Prior information notice
    Notice number in the OJEU: 2015/S 014-020341  of 21.01.2015
    IV.3.3)

    Conditions for obtaining specifications and additional documents or descriptive document

    Payable documents: no
    IV.3.4)

    Time limit for receipt of tenders or requests to participate

    24.04.2015 - 16:00
    IV.3.6)

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

    EN
    IV.3.8)

    Conditions for opening tenders

    Persons authorised to be present at the opening of tenders: no

    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