Contract notice

Information

Published

Date of dispatch of this notice: 28/11/2016

Expire date: 20/01/2017

External Reference: 2016-425686

TED Reference: 2016/S 232-422805

Contract notice

Cached Version

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Mayo County Council
Aras an Chontae
Co. Mayo
Castlebar
IE
Contact person: Paul Hyland
Telephone: +353 949047623
Fax: +353 949034525
NUTS code:  IE -  IRELAND
Internet address(es):
Main address: www.regdesign.com

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=105699&B=ETENDERS_SIMPLE
Additional information can be obtained from
the abovementioned address:  
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

Engineering Consultancy Service (with PSDP as a Specialist Skill)
Reference number:  Engineering Consultancy Service
II.1.2)

Main CPV code

71310000  -  Consultative engineering and construction services
II.1.3)

Type of contract

Services
II.1.4)

Short description

Mayo County Council requires Engineering Consultancy Services in respect of the N5 Westport to Turlough Road Project in order to advance the project through the tender, construction and closeout stages (Phases 5-7 inclusive of the NRA Project Management Guidelines).
The N5 Westport to Turlough Road Project comprises the construction of new national primary road (approximately 23km long), a new national secondary road (approximately 2.5km long) and all ancillary works. The 25.5km overall length of the route consists of approximately 20.3km of Type 2 Dual Carriageway and approximately 5.2km of Single Carriageway. It is intended to procure the project using the Design Build form of contract.
II.1.5)

Estimated total value

Value excluding VAT: 9000000.00  EUR
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

71310000  -  Consultative engineering and construction services
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
Main site or place of performance:  
Castlebar, County Mayo
II.2.4)

Description of the procurement

Mayo County Council requires Engineering Consultancy Services in respect of the N5 Westport to Turlough Road Project in order to advance the project through the tender, construction and closeout stages (Phases 5-7 inclusive of the NRA Project Management Guidelines).
The N5 Westport to Turlough Road Project comprises the construction of new national primary road (approximately 23km long), a new national secondary road (approximately 2.5km long) and all ancillary works. The 25.5km overall length of the route consists of approximately 20.3km of Type 2 Dual Carriageway and approximately 5.2km of Single Carriageway. It is intended to procure the project using the Design Build form of contract.
The services to be provided include without limitation: -
1. Road & Bridge Design
2. Preparing the Design Build Contract Documents, technical review of Design Build Contractors Design Submisions and assisting the Contracting Authority during the Design Build Tendering process;
3. Administration of the Design Build Contract including fulfilling the role of Employer’s Representative and monitoring of the construction contract; and
4.Assisting the Contracting Authority during the Closeout phase of the 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: 9000000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 95
This contract is subject to renewal: no
II.2.9)

Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 5
Objective criteria for choosing the limited number of candidates:
Five of the top ranked Applicants based on the Qualitative Assessment of Sections 3.4a to 3.4d of the Suitability Assessment Questionnaire will be invited to tender. Note all Applicants need to satisfy the Pass / Fail criteria in all required sections of this Suitability Assessment Questionnaire in order to be ranked.
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.1.2)

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.2.3)

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

Restricted 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:  20/01/2017
Local time:  16:00
IV.2.3)

Estimated date of dispatch of invitations to tender or to participate to selected candidates

Date: 02/06/2017
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)

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.4)

Procedures for review

VI.4.1)

Review body

Central Office of the High Court
Four Courts
Dublin
7
IE
Telephone: +353 18886511
Fax: +353 18886125
Internet address: www.courts.ie

VI.4.2)

Body responsible for mediation procedures

Central Office of the High Court
Four Courts
Dublin
7
IE
Telephone: +353 18886511
Fax: +353 18886125
Internet address: www.courts.ie

VI.5)

Date of dispatch of this notice

28/11/2016