Contract award notice

Information

Published

Date of dispatch of this notice: 28/11/2018

External Reference: 2018-224514

TED Reference: 2018/S 230-525228

Contract award notice

Contract award notice

Results of the procurement procedure

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Transport Infrastructure Ireland (TII)
9510201H
Parkgate Business Centre, Parkgate Street
Dublin, D08 DK10
Dublin
IE
Contact person: Paul Farrelly
Telephone: +353 016463746
Fax: +353 016463401
Internet address(es):
I.4)

Type of the contracting authority

Body governed by public law
I.5)

Main activity

Other activity:  Roads, Light Rail and Metro

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Dunkettle Interchange Upgrade Scheme Works
Reference number:  TII071
II.1.2)

Main CPV code

45233110  -  Motorway construction works
II.1.3)

Type of contract

Works
II.1.4)

Short description

Transport Infrastructure Ireland (TII), intends to procure a civil engineering construction contractor to design and construct the Dunkettle Interchange Upgrade Scheme, comprising the upgrade of the existing interchange to a largely free flow involving, including but not limited to, the construction of a number of new structures (including over the railway); new road links including all earthworks, drainage and pavement; signage and lining; landscaping; environmental mitigation; culverts; roundabouts; pedestrian and cycle facilities; and traffic management, all in close proximity to live traffic, the railway, Cork Harbour SPA and various large industrial facilities.
II.1.6)

Information about lots

This contract is divided into lots: no
II.1.7)

Total value of the procurement

Value excluding VAT:  88500000.00  EUR
II.2)

Description

II.2.2)

Additional CPV code(s)

45221000  -  Construction work for bridges and tunnels, shafts and subways
45221100  -  Construction work for bridges
45223000  -  Structures construction work
45233120  -  Road construction works
45233121  -  Main road construction works
45233140  -  Roadworks
71320000  -  Engineering design services
71322000  -  Engineering design services for the construction of civil engineering works
II.2.3)

Place of performance

Main site or place of performance:  
Cork, Ireland
II.2.4)

Description of the procurement

This procurement is for the Design and Construction of the Dunkettle Interchange Upgrade Scheme. The existing Dunkettle Interchange is located approximately 6km to the east of Cork City, where the M8/N8 road from Dublin to Cork intersects with the N25 road from Waterford to Cork, via the existing interchange, just north of the Jack Lynch Tunnel.
The existing interchange comprises a signalised roundabout, which includes a free flow overpass for traffic travelling along the N25 from the east to Cork, in the west, and vice versa. Traffic using the interchange other than for this movement must negotiate the existing circulatory carriageway (roundabout) which is controlled via traffic signals.
The Works comprises the reconfiguration of the existing Dunkettle Interchange to a free flowing interchange in so far as practicable, i.e. an interchange whereby traffic movements are not conflicted by opposing traffic movements either by yielding or stopping at traffic signals, as is the case with the existing interchange. The Works includes the following elements of infrastructure:
- A series of direct road links between the N8, the N25 and the N40 and links to the R623 Regional Road in Little Island and Burys Bridge in Dunkettle;
- 1 grade separated junction arrangement at the existing N25 to the east of the existing Dunkettle Interchange;
- 4 roundabouts – 2 at the grade separated junction and 2 at tie ins with the existing road network;
- 43 major structures of various forms including railway structures;
- Several culverts where the scheme crosses watercourses or intertidal areas;
- Utility Diversions;
- Associated ITS Provision; and Pedestrian and cyclist facilities.
Significant traffic management will be required as the interchange will need to remain open to traffic during the Works.
Various environmental mitigation is also required as per the planning consents.
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Behaviour Assessment  /  Weighting:  80
Quality criterion  -  Name:  Technical  /  Weighting:  620
Price  -  Weighting:  300
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 will need to register on the etenders
government website to download the tender documents
Please see the cover note uploaded as part of this notice for an overview of this Suitability Assessment Stage.

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.2.1)

Previous publication concerning this procedure

Notice number in the OJ S: 2017/S 085-164974

Section V: Award of contract

Contract No: 1

Title: TII071

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

28/09/2018
V.2.2)

Information about tenders

Number of tenders received:  5
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

John Sisk & Son (Holdings) Limited
241278
Wilton Works, Naas Road, Clondalkin
Dublin
D22
IE

The contractor is an SME : yes
V.2.4)

Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot:  88500000.00  EUR

Section VI: Complementary information

VI.3)

Additional information

At this SAQ stage we are seeking responses from applicants in relation to their suitability in relation to the Dunkettle Interchange Upgrade Scheme for which the SAQ stage requires a submission from both the proposed Works Contractor (QW1) and the Contractor's Design Specialist (QC1) along with those fulfilling the various key roles under Health, Safety & Welfare at Work legislation i.e. Contractor, Designer, PSCS, PSDP and HSC.
VI.4)

Procedures for review

VI.4.1)

Review body

Central Office of the High Court
Four Courts, Dublin 7
Dublin
D7
IE
Telephone: +353 18886511
Fax: +353 18886125
Internet address: http://www.courts.ie

VI.4.2)

Body responsible for mediation procedures

Central Office of the High Court
Four Courts, Dublin 7
Dublin
D7
IE
Telephone: +353 18886511
Fax: +353 18886125
Internet address: http://www.courts.ie

VI.4.4)

Service from which information about the review procedure may be obtained

Central Office of the High Court
Four Courts, Dublin 7
Dublin
D7
IE
Telephone: +353 18886511
Fax: +353 18886125
Internet address: http://www.courts.ie