Contract notice

Information

Published

Date of dispatch of this notice: 25/05/2018

Expire date: 10/07/2018

External Reference: 2018-150715

TED Reference: 2018/S 099-225295

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Mayo County Council
N/A
Aras an Chontae
Co. Mayo
Castlebar
IE
Contact person: Paul Hyland
Telephone: +353 949047623
NUTS code:  IE042 -  West
Internet address(es):
Main address: www.mayococo.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=129639&B=ETENDERS_SIMPLE
Additional information can be obtained from
the abovementioned address:  
Tenders or requests to participate must be submitted
to the following address: 
Senior Executive Officer
Room 12, Corporate Affairs Section, Mayo County Council, Aras an Chontae
Castlebar
F23 WF90
IE
NUTS code:  IE042 -  West
Internet address(es):
Main address: www.mayococo.ie

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

N5 Westport to Turlough Road Project (Design & Build Contract)
Reference number:  MO 08 3342
II.1.2)

Main CPV code

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

Type of contract

Works
II.1.4)

Short description

The N5 Westport to Turlough Road Project comprises the construction of new national primary road (approximately 23km long), 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 including a section of online improvement.
It is currently envisaged that the scheme includes the following elements of infrastructure:
- 2 nr. compact grade separated junctions;
- 6 nr. roundabouts;
- major structures including overbridges, underbridges, piled embankments or other geotechnical solutions in areas of very soft ground, railway bridges, retaining walls and noise barriers;
- culverts;
- utility diversions;
- ITS provision;
- pedestrian and cyclist facilities;
The scheme will have ecological, noise and visual mitigation requirements and will include landscaping and accommodation works.
II.1.5)

Estimated total value

Value excluding VAT: 125000000.00  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
NUTS code:  IE -  IRELAND
Main site or place of performance:  
Westport and Castlebar, County Mayo
II.2.4)

Description of the procurement

The N5 Westport to Turlough Road Project comprises the construction of new national primary road (approximately 23km long), 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 including a section of online improvement.
It is currently envisaged that the scheme includes the following elements of infrastructure:
- 2 nr. compact grade separated junctions;
- 6 nr. roundabouts;
- major structures including overbridges, underbridges, piled embankments or other geotechnical solutions in areas of very soft ground, railway bridges, retaining walls and noise barriers;
- culverts;
- utility diversions;
- ITS provision;
- pedestrian and cyclist facilities;
- extensive earthworks in low plasticity index glacial tills, including slope steepening, soft ground treatment and rock excavation;
- earthworks in karst ground conditions;
- drainage works including the provision of wetlands;
- accommodation works and ancillary road works;
- traffic management.
The scheme will have ecological, noise and visual mitigation requirements and will include landscaping and accommodation works.
The Environmental Statement and other planning documents associated with the scheme can be found at the following link:
http://www.regdesign.com/?page_id=493
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: 125000000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 36
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
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
II.2.14)

Additional information

Applicants are required to register on the etenders government website at http://www.etenders.gov.ie to download procurement documents.

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:  10/07/2018
Local time:  16:00
IV.2.3)

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

Date: 30/09/2018
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

Central Office of the High Court
Four Courts, Inns Quay, Smithfield
Dublin
Dublin 7
IE
Telephone: +353 18886211
Internet address: www.courts.ie