Contract notice

Information

Published

Date of dispatch of this notice: 25/07/2019

Expire date: 05/09/2019

External Reference: 2019-281688

TED Reference: 2019/S 144-355021

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Leitrim County Council
N/A
Aras An Chontae
St. Georges Terrace
Carrick on Shannon
IE
Contact person: Terence McGovern
Telephone: +353 719620005
Fax: +353 719621982
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=151037&B=ETENDERS_SIMPLE
Additional information can be obtained from
another address: 
Roscommon NRRO
Racecourse Road
Roscommon
F42 WY23
IE
Contact person: Gary Kelly
Telephone: +353 906627004
Internet address(es):
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

Technical Consultancy Services in respect of the delivery of Phases 1 to 4 of the Transport Infrastructure Ireland (TII) Project Management Guidelines for the N4 Carrick-on-Shannon to Dromod
Reference number:  LM/19/18690
II.1.2)

Main CPV code

71300000  -  Engineering services
II.1.3)

Type of contract

Services
II.1.4)

Short description

Leitrim County Council and Roscommon County Council in partnership with Transport Infrastructure Ireland (TII) propose to carry out the Planning/Design/Statutory Processes stages of the N4 Carrick-on-Shannon to Dromod. The Project will provide a high-quality road approximately 17.5km long extending from a point on the N4 west of Cortober/Carrick-on-Shannon to tie-in with the N4 Dromod-Roosky Bypass scheme at Faulties Td. at the eastern extent. Leitrim County Council will act as the Lead Authority for this Project and in this capacity requires Technical Consultancy Services in order to advance the project through the Planning/Design/Statutory Processes stages. The services to be provided include but are not limited to all services necessary and desirable for the purposeful management and delivery of Phase 1 (Concept and Feasibility), Phase 2 (Options Selection), Phase 3 (Design and Environmental Evaluation) and Phase 4 (Statutory Processes) of the TII Project Management Guidelines.
II.1.5)

Estimated total value

Value excluding VAT: 3000000.00  EUR
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

71310000  -  Consultative engineering and construction services
71311000  -  Civil engineering consultancy services
71312000  -  Structural engineering consultancy services
71320000  -  Engineering design services
71322300  -  Bridge-design services
II.2.3)

Place of performance

Main site or place of performance:  
Leitrim
II.2.4)

Description of the procurement

Leitrim County Council requires the Technical Consultancy Services for the N4 Carrick-on-Shannon to Dromod road project. The Project will provide a high-quality road approximately 17.5km in length that will extend at the western extent from a point on the N4 Hughestown-Meera scheme at or near Cloongownagh/Cuiltyconeen/Meera/Cloonmaan Tds. to tie-in with the N4 Dromod-Roosky Bypass scheme at Faulties Td.at the eastern extents.
The services to be provided include but are not limited to all services necessary and desirable for the purposeful management and delivery of Phase 1 (Concept and Feasibility), Phase 2 (Options Selection), Phase 3 (Design and Environmental Evaluation) and Phase 4 (Statutory Processes) of the Transport Infrastructure Ireland (TII) Project Management Guidelines (PE-PMG-02041), the associated TII Project Appraisal Guidelines (TII PAG), the Government's Public Spending Code (PSC) and Department of Transport, Tourism and Sport Common Appraisal Framework (DTTaS CAF).
The scope of the works may include without limitation the following services:
- Feasibility study,
- Constraints study,
- Topographical and Ground Investigation surveys,
- Route Option Selection,
- Preliminary design,
- Environmental studies,
- Statutory Procedures for land acquisition,
- Road and Bridge design,
- Traffic studies and assessment,
- Project Appraisal,
- Archaeological investigation
- Preparation of documentation for procurement and administration of various works contracts.
Full details will be set out in the Tender Documents.
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: 3000000.00  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

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

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:  05/09/2019
Local time:  16:00
IV.2.3)

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

Date: 07/10/2019
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English

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

Central Office of the High Court
Four Courts Ground Floor (East Wing) Inns Quay
Dublin 7
IE
Telephone: +353 18886000
Internet address: http://www.courts.ie