Contract notice

Information

Published

Date of dispatch of this notice: 25/02/2020

Expire date: 30/03/2020

External Reference: 2020-236517

TED Reference: 2020/S 042-099395

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Sligo County Council
IE9586690F
County Hall,
Sligo.
Riverside,
IE
Contact person: Louise Gallagher
Telephone: +353 719111982
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=162907&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

Biodiversity Services The N17 Knock to Collooney [Atlantic Economic Corridor] Road Upgrade (Phase 2 of the TII PMG)
Reference number:  SCC2020/013
II.1.2)

Main CPV code

71300000  -  Engineering services
II.1.3)

Type of contract

Services
II.1.4)

Short description

Biodiversity Services The N17 Knock to Collooney [Atlantic Economic Corridor] Road Upgrade (Phase 2 of the TII PMG)
II.1.5)

Estimated total value

Value excluding VAT: 110000.00  EUR
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

71313000  -  Environmental engineering consultancy services
71313400  -  Environmental impact assessment for construction
71350000  -  Engineering-related scientific and technical services
II.2.3)

Place of performance

Main site or place of performance:  
Sligo & Mayo
II.2.4)

Description of the procurement

The N17 Knock to Collooney Road Upgrade is one of the defined projects in the Governments National Development Plan (2018-2027). It has progressed through Phases 0 and 1 of the TII Project Management Guidelines and is now at Phase 2 (Option Selection). The Project is being led by the Sligo National Roads Project Office (hereafter referred to as the ‘Sligo PO’), contained within Sligo County Council.In the delivery of this project; the Sligo PO, will require the input of a range of different services relating to design, engineering, appraisal, environment and traffic. These specialist services will form an integral part of the project team through phase 2 of the TII PMG. This procurement competition is for the specialist service relating to Biodiversity Specialist.The specialist will be required to deliver the following services:Stage Service (i); Planning, Scoping and Level 1 Data Collection;Stage Service (ii): Impact Assessment & Appraisal Sub-Stage ii(a): Assessment & Appraisal Stage 1; Sub-Stage ii(b): Assessment & Appraisal Stage 2; Sub-Stage ii(c): Assessment & Appraisal Stage 3;Management – to cover all stage services
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: 110000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 30
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

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.2.1)

Previous publication concerning this procedure

Notice number in the OJ S: 2019/S 145-357183
IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  18/03/2020
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

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

Conditions for opening of tenders

Date:  18/03/2020
Local time:  12:00

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.2)

Information about electronic workflows

Electronic payment will be used
VI.4)

Procedures for review

VI.4.1)

Review body

High Courts of Ireland
Four Court, Inns Quay,
Smithfield, Dublin 07
IE
Telephone: +353 18881625
Internet address: www.courts.ie

VI.4.2)

Body responsible for mediation procedures

Engineers Ireland
22 Clyde Road
Ballsbridge, Dublin 04
IE
Telephone: +353 16661300
Internet address: www.engineersireland.ie