Contract notice

Information

Published

Date of dispatch of this notice: 21/12/2018

Expire date: 22/01/2019

External Reference: 2018-290930

TED Reference: 2018/S 248-573546

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Roscommon County Council
0001736H
Áras an Chontae
Co. Roscommon
Roscommon
IE
Contact person: Martin Curley
Telephone: +353 0906627004
Fax: +353 0906627040
Internet address(es):
Address of the buyer profile: http://www.roscommoncoco.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=140132&B=ETENDERS_SIMPLE
Additional information can be obtained from
another address: 
Roscommon NRRO
Roscommon County Council
Racecourse Road
Roscommon
F42 WY23
IE
Contact person: David Meade
Telephone: +353 0906627004
Fax: +353 0906627040
Internet address(es):
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 Construct / Implement stage of the N5 Ballaghaderreen to Scramoge Road Project
Reference number:  RN1411218
II.1.2)

Main CPV code

71300000  -  Engineering services
II.1.3)

Type of contract

Services
II.1.4)

Short description

Roscommon County Council in partnership with Transport Infrastructure Ireland (TII) propose to carry out the construct / implement stage of the N5 Ballaghaderreen to Scramoge Road Project. The Project, when implemented will provide a high-quality road approximately 33.4km long extending from the eastern tie-in of the Ballaghaderreen bypass to Scramoge in County Roscommon. Roscommon County Council requires Technical Consultancy Services in order to advance the project through the tender, construction and closeout phases of the project development.
The services to be provided include but are not limited to all services necessary and desirable for the purpose management and delivery of Phase 5 (Enabling and
Procurement), Phase 6 (Construction and Implementation) and Phase 7 (Close Out and Review) of the TII Design Manual for Roads and Bridges (TII/NRA DMRB). The services will be provided in accordance with the TII Project Management Guidelines and TII Project Appraisal Guidelines.
II.1.5)

Estimated total value

Value excluding VAT: 4000000.00  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
II.2.3)

Place of performance

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

Description of the procurement

Roscommon County Council requires Technical Consultancy Services in respect of the N5 Ballaghaderreen to Scramoge Road Project. The Project will provide a high-quality road approximately 33.4km in length extending from the eastern tie-in of the Ballaghaderreen bypass to Scramoge in County Roscommon.
The services to be provided include but are not limited to all services necessary and desirable for the purpose management and delivery of Phase 5 (Enabling and
Procurement), Phase 6 (Construction and Implementation) and Phase 7 (Close Out and Review) of the TII Design Manual for Roads and Bridges (TII/NRA DMRB). The services will be provided in accordance with the TII Project Management Guidelines and TII Project Appraisal Guidelines. The services to be provided include without limitation: -
1. Road and Bridge Design;
2. Preparation of Tender Documents in respect of the main road construction contract (Design Build contract);
3. Assisting the Contracting Authority during the Design Build tender process;
4. Administration of the Design Build Contract including fulfilling the role of Employer's Representative and the provision of a suitably qualified and experienced site monitoring team during the construction period; and
5. Provision of services during the Close-out phase of the project.
The full scope of services required 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: 4000000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 96
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:  22/01/2019
Local time:  16:00
IV.2.3)

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

Date: 22/02/2019
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
Dublin
IE
Telephone: +353 18886000
Fax: +353 18886125
Internet address: www.courts.ie