Contract notice

Information

Published

Date of dispatch of this notice: 15/11/2018

Expire date: 21/12/2018

External Reference: 2018-208928

TED Reference: 2018/S 223-509326

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Westmeath County Council
Áras An Chontae, Mount Street, N91 FH4N
County Westmeath
Mullingar
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=138268&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

N52 Cloghan to Billistown Phase 2 - Turin to Billistown Realignment
Reference number:  WH5205 N52C2B Phase 2
II.1.2)

Main CPV code

45233100  -  Construction work for highways, roads
II.1.3)

Type of contract

Works
II.1.4)

Short description

The N52 Cloghan to Billistown Phase 2 - Turin to Billistown Realignment comprises the construction of 6.0km of Type 1 Single Carriageway (S2) National Secondary road and associated works including:
(1) at grade junctions and links to existing road network
(2) accommodation works underpasses
(3) surface water drainage infrastructure
(4) utility diversions works, including ESB, Eir and Irish Water
(5) road signs, road markings and road studs
(6) site clearance and earthworks
(7) boundary treatment works and accommodation works
(8) landscaping works
(9) road pavements.
The contractor will be required to produce Traffic Management plans for the N52 National Secondary road and local roads. The contractor will also be appointed as the Project Supervisor Construction Stage (PSCS).
The full scope of the work and obligations of the contractor are to be ascertained by reference to the contract documents as a whole.
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)

45233120  -  Road construction works
45233100  -  Construction work for highways, roads
II.2.3)

Place of performance

Main site or place of performance:  
Co. Westmeath
II.2.4)

Description of the procurement

The N52 Cloghan to Billistown Phase 2 - Turin to Billistown Realignment comprises the construction of 6.0km of Type 1 Single Carriageway (S2) National Secondary road and associated works including:
(1) at grade junctions and links to existing road network
(2) accommodation works underpasses
(3) surface water drainage infrastructure
(4) utility diversions works, including ESB, Eir and Irish Water
(5) road signs, road markings and road studs
(6) site clearance and earthworks
(7) boundary treatment works and accommodation works
(8) landscaping works
(9) road pavements.
The contractor will be required to produce Traffic Management plans for the N52 National Secondary road and local roads. The contractor will also be appointed as the Project Supervisor Construction Stage (PSCS).
The full scope of the work and obligations of the contractor are to be ascertained by reference to the contract documents as a whole.
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: 18
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.2.12)

Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
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:  As stated in the procurement documentation
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.2.2)

Contract performance conditions

As stated in the procurement documentation

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:  21/12/2018
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:  21/12/2018
Local time:  16:00

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 1888600
Fax: +353 18886125
Internet address: http://www.courts.ie