Contract notice

Information

Published

Date of dispatch of this notice: 06/03/2019

Expire date: 10/04/2019

External Reference: 2019-230754

TED Reference: 2019/S 049-111615

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Westmeath County Council
N/A
Áras An Chontae, Mountstreet, N91 FH4N
County Westmeath
Mullingar
IE
Contact person: Aisling Tormey
Telephone: +353 449338990
Internet address(es):
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=143370&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

WH9601- Westmeath County Council Framework for Pavement and Associated Minor Works on National Roads
Reference number:  WCC Framework 2019
II.1.2)

Main CPV code

45233220  -  Surface work for roads
II.1.3)

Type of contract

Works
II.1.4)

Short description

The Procuring Authority on behalf of Westmeath, Longford and Offaly County Councils wishes to establish and operate a multi-supplier Framework Agreement for the provision of pavement and associated minor works for Transport Infrastructure Ireland (TII) funded road schemes.
The number of Works Contracts awarded under the framework in a year is unlikely to exceed 20. Typically, the value of each Works Contract would approximately range from €100,000 to €1,000,000. The values and number of Works Contracts are indicative only and there is no guarantee that this volume of work will be awarded under the framework
II.1.5)

Estimated total value

Value excluding VAT: 20000000.00  EUR
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

45233100  -  Construction work for highways, roads
45233300  -  Foundation work for highways, roads, streets and footpaths
45233200  -  Various surface works
II.2.4)

Description of the procurement

The Procuring Authority on behalf of Westmeath, Longford and Offaly County Councils wishes to establish and operate a multi-supplier Framework Agreement for the provision of pavement and associated minor works for Transport Infrastructure Ireland (TII) funded road schemes. The proposed number of framework contractors will be minimum 5 and maximum 8 (provided sufficient Tenderers qualify for admission to the framework). The Framework Period will be 24 months. The Procuring Authority may, at its absolute discretion, extend the Framework Period by a further 24 months in 12 months increments such that the total Framework Period will not exceed 48 months. Where the Employer requires works to be undertaken under the Framework Agreement, it will do so by way of awarding contract(s) to a framework Participant following a mini-competition carried out as per the ‘call off by competition’ procedure indicated in the Framework Agreement. The number of Works Contracts awarded under the framework in a year is unlikely to exceed 20. Typically, the value of each Works Contract would approximately range from €100,000 to €1,000,000. The values and number of Works Contracts are indicative only and there is no guarantee that this volume of work will be awarded under the framework.
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Quality Submission  /  Weighting:  700
Price  -  Weighting:  300
II.2.6)

Estimated value

Value excluding VAT: 20000000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24
This contract is subject to renewal: yes
Description of renewals:  
The Procuring Authority may, at its absolute discretion, extend the Framework Period by a further 24 months in 12 months increments such that the total Framework Period will not exceed 48 months.
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:  As stated in SAQ
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.2.2)

Contract performance conditions

Selection criteria as stated in the procurement documents
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.1.3)

Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement:  8
IV.1.8)

Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement : no
IV.2)

Administrative information

IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  10/04/2019
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

Tender must be valid until:  10/10/2019
IV.2.7)

Conditions for opening of tenders

Date:  10/04/2019
Local time:  12:00
Place:  
Etenders

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.2)

Information about electronic workflows

Electronic invoicing will be accepted
VI.3)

Additional information

In order to download documents, tenderers have to register their interest on;
https://irl.eu-supply.com
VI.4)

Procedures for review

VI.4.1)

Review body

High Court
Chief Registrar, The Four Courts
Dublin 7
D07 N972
IE
Telephone: +353 18886000

VI.4.2)

Body responsible for mediation procedures

Engineers Ireland
22 Clyde Road
Dublin 4
D04 R3N2
IE
Telephone: +353 16651300