Contract notice

Information

Published

Date of dispatch of this notice: 20/11/2017

Expire date: 18/01/2018

External Reference: 2017-394721

TED Reference: 2017/S 224-465232

Contract notice

Cached Version

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Sligo County Council
IE9586690F
Senior Executive Officer, Corporate Services, County Hall,
Riverside, Sligo
F91Y763
IE
Contact person: Louise Gallagher
Telephone: +353 719111982
NUTS code:  IE042 -  West
Internet address(es):
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=121537&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

N4 Collooney to Castlebaldwin Road Development Project
II.1.2)

Main CPV code

45233100  -  Construction work for highways, roads
II.1.3)

Type of contract

Works
II.1.4)

Short description

N4 Collooney to Castlebaldwin Road Development Project (Design & Build Contract) Suitability Assessment Process by Restricted Procedure
II.1.5)

Estimated total value

Value excluding VAT: 75000000.00  EUR
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

45000000  -  Construction work
45220000  -  Engineering works and construction works
45233120  -  Road construction works
II.2.3)

Place of performance

NUTS code:  IE042 -  West
Main site or place of performance:  
Sligo
II.2.4)

Description of the procurement

It is currently anticipated that some or all of the following works will be included in the scheme. The proposed scheme involves the realignment of approximately 14.71km of the N4 in Co. Sligo passing through the townlands of Collooney, Toberbride, Mullaghnabreena, Ardcurley, Cloonamahan, Doorly, Knocknagroagh, Drumfin, Cloonlurg, Carrowkeel, Carrownagark, Kingsbrook, Aghalenane, Ardloy, Springfield, Tawnagh, Cloonymeenaghan, Sheerevagh, Cloongad, Drumderry, Castlebaldwin, Cloghoge Upper and Cloghoge Lower. Approximately 13.82km of the proposal consists of a Type 2 Dual Carriageway commencing at the existing N4/N17 roundabout in the townland of Collooney/Toberbride and extending to a proposed roundabout in the townland of Castlebaldwin. The Proposed Road Development shall tie back into the existing N4 to the south of the aforementioned roundabout with a Standard Single Carriageway alignment measuring approximately 0.89km in length before its conclusion in Cloghoge Lower Td.
The Scheme includes the following elements of infrastructure
• 1 compact grade separated junction
• 2 roundabouts on the mainline
• 3 roundabouts on the local road network
• major structures including overbridges, underbridges, piled embankment, river bridges, retaining walls and noise barriers
• culverts
• utility diversions,
• ITS provision
• pedestrian and cyclist facilities
• earthworks including soft ground and karst
• drainage works including the provision of wetlands
• ancillary road works
• traffic management
The Scheme will have ecological, noise and visual mitigation requirements and include landscaping and accommodation works.
The Environmental Statement associated with the Scheme can be found at the following link.
http://www.sligococo.ie/N4/EnvironmentalImpactStatement/
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: 75000000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 32
This contract is subject to renewal: no
II.2.9)

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

Envisaged minimum number: 3  /  Maximum number: 5
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:  1/12/2018
Local time:  16:00
IV.2.3)

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

Date: 3/9/2018
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.2)

Information about electronic workflows

Electronic payment will be used
VI.4)

Procedures for review

VI.4.1)

Review body

High Courts of Ireland
Four Courts, Inns Quay
Smithfield, Dublin 7
IE
Telephone: +353 18886087
Fax: +353 18881625
Internet address: http://www.courts.ie