Contract notice

Information

Published

Date of dispatch of this notice: 29/06/2019

Expire date: 06/09/2019

External Reference: 2019-288854

TED Reference: 2019/S 126-308688

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Westmeath County Council
Áras An Chontae, Mountstreet, N91 FH4N
Mullingar, County Westmeath
IE
Contact person: Ambrose Clarke
Telephone: +353 0449334250
Fax: +353 0449343661
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=149743&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

N4 Mullingar to Longford (Roosky)
Reference number:  WH0401 N4M2LR
II.1.2)

Main CPV code

71300000  -  Engineering services
II.1.3)

Type of contract

Services
II.1.4)

Short description

Westmeath County Council requires multi- disciplinary engineering and other specialist consultancy services in accordance with the scheduled services specified under the 'Tender and Schedule' for the delivery of Phases 1, 2, 3, 4 of the current edition of the TII PMG (PE-PMG-02041) for the N4 Mullingar to Longford (Roosky) road scheme.
II.1.5)

Estimated total value

Value excluding VAT: 6500000.00  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
71311210  -  Highways consultancy services
71311220  -  Highways engineering services
71320000  -  Engineering design services
71322300  -  Bridge-design services
II.2.3)

Place of performance

Main site or place of performance:  
Counties Westmeath & Longford
II.2.4)

Description of the procurement

Westmeath County Council requires multi- disciplinary engineering and other specialist consultancy services in accordance with the scheduled services specified under the 'Tender and Schedule' for the delivery of Phases 1, 2, 3, 4 of the current edition of the TII PMG (PE-PMG-02041) for the N4 Mullingar to Longford (Roosky) road scheme.
It will be a requirement that key members of the Consultants team shall be based in Mullingar Town. A full description of the services required by the Client is provided in Schedule B of the Tender & Schedule for the Conditions of Engagement for Consultancy Services (Technical).
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: 6500000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 44
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
II.2.14)

Additional information

As stated in Tender Documentation available for download

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 the suitability assessment questionnaire
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.2.3)

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:  23/08/2019
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:  23/08/2019
Local time:  17:00

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 of Ireland
Four Courts, Inns Quay
Dublin
IE
Telephone: +353 1886000
Fax: +353 18886125
Internet address: www.courts.ie