Contract notice

Information

Cancelled

Date of dispatch of this notice: 13/04/2022

Expire date: 17/06/2022

External Reference: 2022-227754

TED Reference: 2022/S 075-197653

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: Mary Boylan
Telephone: +353 719111975
NUTS code:  IE042 -  West
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=211745&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

N16 Lugatober (Drumkilsellagh to Lugnagall) – Main Contract Works
Reference number:  SCC2022/015
II.1.2)

Main CPV code

45233120  -  Road construction works
II.1.3)

Type of contract

Works
II.1.4)

Short description

N16 Lugatober (Drumkilsellagh to Lugnagall) – Main Contract Works
II.1.5)

Estimated total value

Value excluding VAT: 11500000.00  EUR
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

45220000  -  Engineering works and construction works
45233120  -  Road construction works
II.2.3)

Place of performance

NUTS code:  IE042 -  West
Main site or place of performance:  
Sligo
II.2.4)

Description of the procurement

The Contract Works will consist of approximately 2.54km road realignment of standard Type 2 single carriageway, forming the N16 National Primary Road (c. 0.79km online and c. 1.75km offline). Junction improvements include one at-grade roundabout and six simple T junctions, including two right/left staggered T Junctions and circa 1.5km of realignment to the existing local road network (tie-in works). The scheme also includes circa 1.5km of Vulnerable Road Users (Unsegregated cycle and pedestrian) tracks located predominately within the mainline verge space, interlinking as necessary with alternative offline routes. There is one 15m clear span river bridge, one Vulnerable Road Users subway underpass, with a number of box culverts and associated diversions of existing minor watercourses and drainage ditches. Earthworks operations include a large embankment of up to c. 18m high and a large cutting up to c. 18m deep, partly in rock, with one soil repository/borrow pit within the scheme extents. Other works include site clearance, fencings and boundary treatment works, accommodation works, road restraint systems, drainage and ducting, pavement, kerbing and paved areas, traffic signs and road markings, road lighting at roundabout and landscaping and other environmental mitigation measures, diversion of services and utilities, and any other works detailed within Volume A of the Works Requirements.
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: 11500000.00  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.1.2)

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:  20/05/2022
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:  20/05/2022
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 Courts, Inns Quay,
Smithfield, Dublin 7
IE
Telephone: +353 18886087
Fax: +353 18881625
Internet address: http://www.courts.ie