Contract notice

Information

Published

Date of dispatch of this notice: 17/05/2021

Expire date: 25/06/2021

External Reference: 2021-212827

TED Reference: 2021/S 098-252450

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: Cuala McGann
Telephone: +353 0949064598
NUTS code:  IE042 -  West
Internet address(es):
Main address: https://www.mayo.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=188314&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

50 UNIT HOUSING DEVELOPMENT AT REHIN’S FORT, BALLINA, CO. MAYO
Reference number:  A589 Housing - Ballina, Co. Mayo
II.1.2)

Main CPV code

45211100  -  Construction work for houses
II.1.3)

Type of contract

Works
II.1.4)

Short description

Construction of a new social housing development at Rehin’s Fort located on a site to the rear of the existing “Rehin’s Fort” housing estate, on the outskirts of the town of Ballina, Co. Mayo. The construction of 50 no. dwellings comprising 2, 3 & 4 bedroomed semi-detached houses (including 1 no. 4 bedroomed special needs dormer dwelling) along with services connections to existing Public Foul & Storm Sewer & Utilities, all associated site development works, landscaping, including all ancillary site works; the provision of new street lighting and outlet ducts for future Electric Vehicle charging.
• 50 no new dwelling units, constructed as semi-detached blocks:
o 8 No. Semi Detached 2 Bed (4 person) single storey units
o 22 No. Semi Detached 2 Bed (4 person) two storey units
o 15 No. Semi Detached 3 Bed (6 person) two storey units
o 4 No. Semi Detached 4 Bed (7 person) two storey units
o 1 No. Semi Detached 4 Bed (7 person) special needs two storey dormer unit
II.1.5)

Estimated total value

Value excluding VAT: 10132000.00  EUR
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

45210000  -  Building construction work
45211100  -  Construction work for houses
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
Main site or place of performance:  
Rehin's Fort, Ballina, Co. Mayo
II.2.4)

Description of the procurement

New social housing construction at Rehin’s Fort located on a site to the rear of the existing Rehin’s Fort housing estate on the outskirts of Ballina. The access from the main N26 Rd is through this existing estate. The site is adjacent to a green buffer zone along the Moy River & there is a tributary to the north & an existing factory (Hollister) to the south of the site. Development comprises the construction of 50 no. dwellings & services connections to existing Public Foul, Storm Sewer & Utilities, all associated site development, landscaping & ancillary works:
• Provision of screen fencing to protect & enclose the site.
• 50 no new dwelling units, constructed as semi-detached blocks comprising:
o 8 No. Semi Detached 2 Bed (4 person) single storey units
o 22 No. Semi Detached 2 Bed (4 person) 2 storey units
o 15 No. Semi Detached 3 Bed (6 person) 2 storey units
o 4 No. Semi Detached 4 Bed (7 person) 2 storey units
o 1 No. Semi Detached 4 Bed (7 person) special needs 2 storey dormer unit
• Construction of temporary builder’s compound
• Maintain & protect existing access roadway through existing residential development throughout the works phase
• Construction of new access roadways
• Site clearance including removal of existing trees/shrubs
• Site clearance & bulk excavation to reduce site levels generally
• Removal of material excavated from site to a licenced landfill facility
• Redistribution of material excavated from site
• Re-grading of the site to suit final levels
• Construct a mixture of rendered block walls, timber palisade & chain link fences to site boundaries
• Construct Stonework boundary walls to screen rear private gardens from public roadways/paths
• Construct timber palisade walls between gardens
• Site development & surfacing works i.e. roads/paths/paving’s to tie into & continue on existing public roads & path
• New connections to public utilities for all units & new street lighting & outlet ducts for future Electric vehicle charging
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: 10132158.00  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.1.1)

Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:  Refer to suitability assessment questionnaire, supplements, appendices & declarations which are required to be completed in full, and submitted as part of the tender submission.
III.1.2)

Economic and financial standing

List and brief description of selection criteria:  
Refer to suitability assessment questionnaire, supplements, appendices & declarations which are required to be completed in full, and submitted as part of the tender submission.
Minimum level(s) of standards possibly required:  
Refer to suitability assessment questionnaire, supplements, appendices & declarations which are required to be completed in full, and submitted as part of the tender submission.
III.1.3)

Technical and professional ability

List and brief description of selection criteria:  
Refer to suitability assessment questionnaire, supplements, appendices & declarations which are required to be completed in full, and submitted as part of the tender submission.
Minimum level(s) of standards possibly required:  
Refer to suitability assessment questionnaire, supplements, appendices & declarations which are required to be completed in full, and submitted as part of the tender submission.
III.2)

Conditions related to the contract

III.2.2)

Contract performance conditions

As per contract 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.1.8)

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:  23/06/2021
Local time:  16:00
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

Duration in months : 6  (from the date stated for receipt of tender)
IV.2.7)

Conditions for opening of tenders

Date:  24/06/2021
Local time:  09:00
Place:  
Mayo County Council, Aras an Chontae, Castlebar, Co. Mayo, IRE
Information about authorised persons and opening procedure:  
Tender Opening Committee - minimum 3 persons authorised by Mayo County Council

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
Electronic payment will be used
VI.4)

Procedures for review

VI.4.1)

Review body

refer Section N : Tender & Schedule A
refer Section N : Tender & Schedule A
IE