Contract notice

Information

Published

Date of dispatch of this notice: 06/01/2021

Expire date: 03/03/2021

External Reference: 2021-221542

TED Reference: 2021/S 006-008751

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Meath County Council
N/A
Buvinda House, Dublin Road
Navan
Meath
IE
Contact person: Imelda McKenna
Telephone: +353 469097445
Fax: +353 469097001
Internet address(es):
Main address: http://www.meath.ie

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=180778&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

The N51 Dunmoe Phase 2 Realignment Scheme
Reference number:  MH-TRA-21-01
II.1.2)

Main CPV code

45233120  -  Road construction works
II.1.3)

Type of contract

Works
II.1.4)

Short description

The N51 Dunmoe Phase 2 Realignment Scheme comprises the construction of 4.375km of Type 1 Single Carriageway (S2) and the following associated works:
• At grade junctions and links to existing road network
• Surface water drainage infrastructure.
• Underbridge at Cruicetown Stream
• Underpass
• Retaining Wall
• Culverts and associated headwalls
• Utility diversions and ducting for utilities including ESB, Eir and Watermains.
• Road signs, road markings and road studs.
• Site clearance and earthworks
• Boundary treatment works and Accommodation Works
• Landscaping works
• Road pavements
The contractor will be required to produce Traffic Management plans for the N51 National Secondary road and local roads. The contractor will also be appointed as the Project Supervisor Construction Stage (PSCS).
II.1.5)

Estimated total value

Value excluding VAT: 11000000.00  EUR
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

45200000  -  Works for complete or part construction and civil engineering work
45230000  -  Construction work for pipelines, communication and power lines, for highways, roads, airfields and railways; flatwork
45233000  -  Construction, foundation and surface works for highways, roads
45233100  -  Construction work for highways, roads
II.2.4)

Description of the procurement

The N51 Dunmoe Phase 2 Realignment Scheme comprises the construction of 4.375km of Type 1 Single Carriageway (S2) and the following associated works:
• At grade junctions and links to existing road network
• Surface water drainage infrastructure.
• Underbridge at Cruicetown Stream
• Underpass
• Retaining Wall
• Culverts and associated headwalls
• Utility diversions and ducting for utilities including ESB, Eir and Watermains.
• Road signs, road markings and road studs.
• Site clearance and earthworks
• Boundary treatment works and Accommodation Works
• Landscaping works
• Road pavements
The contractor will be required to produce Traffic Management plans for the N51 National Secondary road and local roads. The contractor will also be appointed as the Project Supervisor Construction Stage (PSCS).
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: 11000000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 20
This contract is subject to renewal: no
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

Open 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:  17/02/2021
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:  17/08/2021
IV.2.7)

Conditions for opening of tenders

Date:  17/02/2021
Local time:  12:00

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

High Court
Dublin
IE