Contract notice

Information

Published

Date of dispatch of this notice: 28/07/2017

Expire date: 18/10/2017

External Reference: 2017-102023

TED Reference: 2017/S 145-298553

Contract notice

Cached Version

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Donegal County Council
N/A
County House
Co Donegal
Lifford
IE
Contact person: Fergus Towey
Telephone: +353 9724500
NUTS code:  IE -  IRELAND
Internet address(es):
Main address: www.donegalcoco.ie

I.2)

Joint procurement

The contract is awarded by a central purchasing body
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=116504&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

N56 Coolboy to Kilmacrennan Road Realignment Scheme
Reference number:  0067 N56 Coolboy to kilmacrennan
II.1.2)

Main CPV code

45233120  -  Road construction works
II.1.3)

Type of contract

Works
II.1.4)

Short description

Realignment of the N56 for 3.15km between Letterkenny and Kilmacrennan, in the townlands of Coolboy, Ballykeernan, Keenaghan, approximately 5km northwest of Letterkenny.
II.1.5)

Estimated total value

Value excluding VAT: 12500000.00  EUR
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

44212320  -  Miscellaneous structures
45221220  -  Culverts
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
Main site or place of performance:  
County Donegal, 5km northwest of Letterkenny
II.2.4)

Description of the procurement

The N56 Coolboy to Kilmacrennan Road Realignment Scheme comprises but is not restricted to the following works: The proposed works will involve construction of approximately 3 km of Type 2 Single Carriageway, typically with 2 x 3.5m carriageway lanes with 0.5m hardstrips and varying width verges that accommodate a 2.0m shared footway/cycle track on both sides of the new N56. The road improvement section will comprise of approximately 2km online widening and realignment and 1km offline. The works include the removal of deep peat /soft ground and extensive traffic management adjacent to such excavations. Existing trunk and distributor water mains serving Letterkenny and local needs run adjacent to and along the existing N56. Enabling works include early diversions to these trunk and distribution mains to reduce interference during the main construction activities. This scheme includes 6 no. local road junctions (two ghost island) and various other access junctions onto the N56 with construction of associated realigned local roads, service roads, culvert crossings and associated earthworks. Various landscaping, environmental and mitigation works. Various accommodation works including access to properties and lands. Various fencing and safety barrier systems. Various road marking and signing. Various works including diversion of assets of utilities and service providers and including new watermains. Various road drainage works including the provision of an attenuation pond, drainage outfalls and pollution control measures. Various pavement construction. Enabling works include: Embankment construction, diversion of the existing water trunk and distribution mains and attenuation pond construction.
II.2.5)

Award criteria

Criteria below
Cost criterion  -  Name:  Most Economically advantageous tender  /  Weighting:  100%
II.2.6)

Estimated value

Value excluding VAT: 12500000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in days: 540
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:  Refer to Suitability Assessment Questionnaire
III.1.2)

Economic and financial standing

List and brief description of selection criteria:  
Selection criteria as stated in the procurement documents
III.1.3)

Technical and professional ability

List and brief description of selection criteria:  
Selection criteria as stated in the procurement documents
III.2)

Conditions related to the contract

III.2.2)

Contract performance conditions

As per PW-CF3 - Public Works Contract for Civil Engineering Works Designed by the Employer
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.2.2)

Time limit for receipt of tenders or requests to participate

Date:  25/09/2017
Local time:  12:00
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:  25/09/2017
Local time:  12:00
Place:  
County Secretary
Donegal County Council
County House
Lifford,
Co. Donegal
IE

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

High Court of Ireland
Four Courts, Inns Quay
Dublin 7
IE
Telephone: +353 18886087

VI.5)

Date of dispatch of this notice

28/07/2017