Contract notice

Information

Published

Date of dispatch of this notice: 31/03/2016

Expire date: 15/06/2016

External Reference: 2016-317485

TED Reference: 2016/S 066-114171

Contract notice

Contract notice

Classic Sector

Directive 2004/18/EC

Works

Section I: Contracting authority

I.1)

Name, addresses and contact point(s)

Westmeath County Council
Áras an Chontae
N91FH4N  Mullingar, Co. Westmeath
IE
Contact point(s): Corporate Affairs
For the attention of: Mr. Billy Coughlan
Telephone: +353 449332000
Fax: +353 449342330
Internet address(es):
General address of the contracting authority: http://www.westmeathcoco.ie
Address of the buyer profile: http://irl.eu-supply.com/ctm/Supplier/CompanyInformation/Index/1140
Electronic access to information: http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=97811&B=ETENDERS_SIMPLE
Electronic submission of tenders and requests to participate: http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=97811&B=ETENDERS_SIMPLE
Further information can be obtained from:
Westmeath National Roads Office
Culleen Beg
Mullingar, Co. Westmeath
IE
For the attention of: Mr. Ambrose Clarke
Telephone: +353 449334250
E-mail: ambrose.clarke@wccprojectoffice.ie
Fax: +353 449343661
Internet address: http://www.westmeathcoco.ie
Specifications and additional documents (including documents for a dynamic purchasing system) can be obtained from:
Westmeath National Roads Office
Culleen Beg
Mullingar, Co. Westmeath
IE
For the attention of: Mr. Ambrose Clarke
Telephone: +353 449334250
E-mail: ambrose.clarke@wccprojectoffice.ie
Fax: +353 449343661
Internet address: http://www.westmeathcoco.ie
Tenders or requests to participate must be sent to:
Westmeath County Council
Áras an Chontae
N91FH4N  Mullingar, Co. Westmeath
IE
Contact point(s): Corporate Affairs
For the attention of: Mr. Billy Coughlan
Telephone: +353 449332000
Fax: +353 449342330
Internet address: http://www.westmeathcoco.ie
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:

N52 Cloghan to Billistown Phase 1 - Cloghan to Turin Realignment

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:

    Co. Westmeath

    NUTS code
    IE012
    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)

    N52 Cloghan to Billistown Phase 1 - Cloghan to Turin Realignment is located in

    the townlands of Mountrobert, Cloghanumera, Killynan (Cooke) and Killynan

    (Pratt) and is 7km northeast of Mullingar and 8km southwest of Delvin. The

    project comprises the construction of 3.64km of Type 1 Single Carriageway (S2)

    and the following associated Works:

    (1) Two at grade ghost island junctions and simple junctions

    (2) Site Clearance and Earthworks

    (3) Realignment and tie in to the existing N52 and local roads.

    (4) Construction of culverts and associated headwalls

    (5) Construction of surface water drainage infrastructure

    (6) Construction of utility diversions and ducting for utilities including ESB, Eircom

    and a Watermain.

    (7) Supply and installation of regulatory and warning signage.

    (8) Relocation of existing directional signage

    (9) Installation of road markings and road studs

    (10) Construction of boundary treatment works

    (11) Construction of landscape works

    (12) Construction of road pavements

    (13) Construction of accommodation works

    The contractor will be required to produce Traffic Management plans for the N52

    national secondary road and local roads. The contractor will also be appointed as

    the Project Supervisor Construction Stage.

    The tender drawings identify the extent of the site and required works. The full

    scope of the work and obligations of the contractor are to be ascertained by

    reference to the contract documents as a whole.

    II.1.6)

    Common procurement vocabulary (CPV)

    Main vocabulary
    45233120   Road construction works
    Supplementary vocabulary
    45233100   Construction work for highways, roads
    II.1.7)

    Information about Government Procurement Agreement (GPA)

    The contract is covered by the Government Procurement Agreement (GPA):  yes
    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:

    N52 Cloghan to Billistown Phase 1 - Cloghan to Turin Realignment comprises the construction of 3.64km of Type 1 Single Carriageway (S2) and associated Works

    Estimated cost excluding VAT
    Range: between  5000000  and 7000000  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: 012 (from the award of the contract)

    Section III: Legal, economic, financial and technical information

    III.1)

    Conditions relating to the contract

    III.1.1)

    Deposits and guarantees required:

    As stated in tender documentation

    III.1.2)

    Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them

    As stated in tender documentation

    III.1.4)

    Other particular conditions

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

    As stated in tender documentation

    III.2)

    Conditions for participation

    III.2.1)

    Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers

    Information and formalities necessary for evaluating if the requirements are met:

    As stated in tender documentation

    III.2.2)

    Economic and financial ability

    Information and formalities necessary for evaluating if the requirements are met:

    As stated in tender documentation

    Minimum level(s) of standards possibly required:
    III.2.3)

    Technical capacity

    Information and formalities necessary for evaluating if the requirements are met:

    As stated in tender documentation

    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

    WH5205

    IV.3.2)

    Previous publication(s) concerning the same contract

    no
    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

    08.06.2016 - 16:00
    IV.3.6)

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

    [Language_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
    VI.4)

    Procedures for appeal

    VI.4.1)

    Body responsible for appeal procedures

    High Court of Ireland
    Four Courts, Inns Quay
    Dublin
    IE
    Telephone: +353 18886000
    E-mail: highcourtcentraloffice@courts.ie
    Fax: +353 18886125
    Internet address: http://www.courts.ie
     

    Body responsible for mediation procedures

    High Court of Ireland
    Four Courts, Inns Quay
    Dublin
    IE
    Telephone: +353 18886000
    E-mail: highcourtcentraloffice@courts.ie
    Fax: +353 18886125
    Internet address: http://www.courts.ie
    VI.4.2)

    Lodging of appeals

    Precise information on deadline(s) for lodging appeals:
    VI.4.3)

    Service from which information about the lodging of appeals may be obtained