Contract notice

Information

Published

Date of dispatch of this notice: 20/10/2015

Expire date: 02/11/2015

External Reference: 2015-368543

TED Reference: 2015/S 206-373117

Contract notice

Contract notice

Classic Sector

Directive 2004/18/EC

Works

Section I: Contracting authority

I.1)

Name, addresses and contact point(s)

Dublin City Council
N/A
City Architect's Division, Block 4, Floor 2, Civic Offices
Wood Quay  Dublin 8
IE
Contact point(s): Brian Swan
For the attention of: Deputy City Architect
Telephone: +353 12223528
E-mail: rapiddeliveryhousing@dublincity.ie
Internet address(es):
Address of the buyer profile: http://irl.eu-supply.com/ctm/Supplier/CompanyInformation/Index/267
Electronic access to information: http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=93505&B=ETENDERS_SIMPLE
Electronic submission of tenders and requests to participate: http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=93505&B=ETENDERS_SIMPLE
Further information can be obtained from:
Information is available from www.etenders.gov.ie RFT ID 100234
.
.
IE
Internet address:
Specifications and additional documents (including documents for a dynamic purchasing system) can be obtained from:
Information is available from www.etenders.gov.ie RFT ID 100234
.
.
IE
Internet address:
Tenders or requests to participate must be sent to:
Submissions must be made online at www.etenders.gov.ie RFT ID 100234
.
.
IE
Internet address:
I.2)

Type of the contracting authority

Regional or local authority
I.3)

Main activity

  • General public services
I.4)

Contract award on behalf of other contracting authorities

The contracting authority is purchasing on behalf of other contracting authorities: no

Section II: Object of the contract

II.1)

Description

II.1.1)

Title attributed to the contract by the contracting authority:

Pilot Project for the Rapid Delivery of Housing Units in Dublin City Council Administrative Area for completion and occupation by mid-December 2015.

II.1.2)

Type of contract and location of works, place of delivery or of performance

Works
    Design and execution
    Main site or location of works, place of delivery or of performance:

    Dublin City Council Administrative Area

    NUTS code
    IE021
    II.1.3)

    Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)

    The notice involves a public contract
    II.1.5)

    Short description of the contract or purchase(s)

    Dublin City Council invites Expressions of Interest for the erection /installation of 22 no. 3 bed - 5 person 2-storey, rapid delivery housing units to include:

    Design, Manufacture, Supply and Delivery of units to site;

    Site works including but not restricted to site preparation, foundations and ground slabs, site services and connections to utility services, boundary treatments, hard and soft landscaping;

    Erection /installation of the rapid delivery housing units on site;

    Associated finishings and completions.

    The successful contractor must be in a position to complete the development within a maximum of [4 weeks] of execution of contract documents and in any event by mid December 2015.

    The development is to be fully in compliance with the performance criteria and brief, contained in Employers Requirements. Further detail will be issued to shortlisted candidates at Stage 2.

    The units are to be fully in compliance with current Irish Building Regulations and all relevant statutory codes and requirements.

    The contractor will be required to provide full certification of the development at Substantial Completion.

    The contractor must also provide the following roles as part of his services:

    Fire Safety Specialist

    BER Assessor

    Design Certifier in accordance with the Building Control Amendment Regulations 2013-2014;

    Health and Safety Coordinator in accordance with the Safety Health and Welfare at Work (Construction) Regulations 2006-2013.

    Project Supervisor for the Design Process (PSDP) in accordance with the Safety Health and Welfare at Work (Construction) Regulations 2006-2013;

    Project Supervisor for the Construction Stage (PSCS) in accordance with the Safety Health and Welfare at Work (Construction ) Regulations 2006-2013.

    II.1.6)

    Common procurement vocabulary (CPV)

    Main vocabulary
    45000000   Construction work
    Supplementary vocabulary
    44211100   Modular and portable buildings
    45113000   Siteworks
    71220000   Architectural design services
    71311000   Civil engineering consultancy services
    71312000   Structural engineering consultancy services
    71315210   Building services consultancy services
    71317200   Health and safety services
    71321000   Engineering design services for mechanical and electrical installations for buildings
    71324000   Quantity surveying services
    71334000   Mechanical and electrical engineering services
    71521000   Construction-site supervision services
    71541000   Construction project management services
    II.1.7)

    Information about Government Procurement Agreement (GPA)

    The contract is covered by the Government Procurement Agreement (GPA):  yes
    II.1.8)

    Lots

    This contract is divided into lots:  no
    II.1.9)

    Information about variants

    Variants will be accepted:  no
    II.2)

    Quantity or scope of the contract

    II.2.1)

    Total quantity or scope:

    Please refer to II.1.5) above.

    Estimated cost excluding VAT
    Range: between  3000000  and 3500000  EUR
    II.2.2)

    Information about options

    Options: no
    II.2.3)

    Information about renewals

    This contract is subject to renewal: no
    II.3)

    Duration of the contract or time limit for completion

    in days: 028 (from the award of the contract)

    Section III: Legal, economic, financial and technical information

    III.1)

    Conditions relating to the contract

    III.1.4)

    Other particular conditions

    The performance of the contract is subject to particular conditions: yes
    Description of particular conditions: 

    Further detail will be issued to shortlisted candidates at Stage 2

    III.2)

    Conditions for participation

    III.2.1)

    Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers

    Information and formalities necessary for evaluating if the requirements are met:

    Please refer to qualification documents available to download from www.etenders.gov.ie RFT ID 100234.

    III.2.2)

    Economic and financial ability

    Information and formalities necessary for evaluating if the requirements are met:

    Please refer to qualification documents available to download from www.etenders.gov.ie RFT ID 100234.

    Minimum level(s) of standards possibly required:

    Please refer to qualification documents available to download from www.etenders.gov.ie RFT ID 100234.

    III.2.3)

    Technical capacity

    Information and formalities necessary for evaluating if the requirements are met:

    Please refer to qualification documents available to download from www.etenders.gov.ie RFT ID 100234.

    Minimum level(s) of standards possibly required:

    Please refer to qualification documents available to download from www.etenders.gov.ie RFT ID 100234.

    III.3)

    Conditions specific to services contracts

    III.3.1)

    Information about a particular profession

    Execution of the service is reserved to a particular profession: no
    III.3.2)

    Staff responsible for the execution of the service

    Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no

    Section IV: Procedure

    IV.1)

    Type of procedure

    IV.1.1)

    Type of procedure

    Accelerated restricted
    Justification for the choice of accelerated procedure:

    Tenderers should be aware that the estimated contract value for the Works sought in this public procurement competition does not exceed the present EU thresholds. Therefore this public procurement competition is not subject to the procedures or timelines in the EU public procurement directive (European Parliament and Council Directive 2004/18/EC on the co-ordination of procedures for the award of public works, public supply & public services contracts) and this notice is published on a voluntary basis. The rules applicable to this public procurement competition will be as set out in the qualification documents, as may be refined by the tender documentation to be provided to shortlisted bidders.

    IV.2)

    Award criteria

    IV.2.1)

    Award criteria

    The most economically advantageous tender in terms of , the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
    IV.2.2)

    Information about electronic auction

    An electronic auction will be used: no
    IV.3)

    Administrative information

    IV.3.2)

    Previous publication(s) concerning the same contract

    no
    IV.3.3)

    Conditions for obtaining specifications and additional documents or descriptive document

    Payable documents: no
    IV.3.4)

    Time limit for receipt of tenders or requests to participate

    02.11.2015 - 07:00
    IV.3.6)

    Language(s) in which tenders or requests to participate may be drawn up

    [Language_EN], [Language_GA]

    Section VI: Complementary information

    VI.1)

    Information about recurrence

    This is a recurrent procurement: no
    VI.2)

    Information about European Union funds

    The contract is related to a project and/or programme financed by European Union funds: no
    VI.3)

    Additional information:

    Additional Information – Dublin City Council

    1. Tenderers should be aware that the estimated contract value for the Works sought in this public procurement competition does not exceed the present EU thresholds. Therefore this public procurement competition is not subject to the procedures or timelines in the EU public procurement directive (European Parliament and Council Directive 2004/18/EC on the co-ordination of procedures for the award of public works, public supply & public services contracts) and this notice is published on a voluntary basis. The rules applicable to this public procurement competition will be as set out in the qualification documents, as may be refined by the tender documentation to be provided to shortlisted bidders.

    2. Dublin City Council is subject to the provisions of the Freedom of Information Act (FOI) 1997, 2003. If you consider that any of the information supplied by you is either commercially sensitive or confidential in nature, this should be highlighted and the reasons for the sensitivity specified. In such cases, the relevant material, will in response to the FOI request; be examined in the light of the exemptions provided for in the Acts.

    3. It will be a condition for the award of any contract by Dublin City Council that the successful Tenderer and all sub-contractors (if applicable) produce a valid Tax Clearance Certificate from the Revenue Commissioners in compliance with Circular (43) 2006 (or as amended) and that the certificate will be maintained for the duration of the contract and will be on a 12 month basis. In the case of a non-resident Tenderer, a statement of suitability from the Revenue Commissioners will be required.

    4. Suppliers must register their interest on the eTenders web site (www.etenders.gov.ie) in order to be included on the mailing list for clarifications.

    5. Please note in relation to all documents, that where reference is made to a particular standard, make, source, process, trademark, type or patent, that this is not to be regarded as a de facto requirement. In all such cases it should be understood that such indications are to be treated strictly and solely for reference purposes only, to which the words “or equivalent” will always be appended.

    6. Please note also that all information relating to attachments, including clarifications and changes, will be published on the Irish Government Procurement Opportunities Portal (www.etenders.gov.ie) only. Registration is free of charge. Dublin City Council will not accept responsibility for information relayed (or not relayed) via third parties.

    7. Emailed/faxed/late responses / tenders will not be accepted. Tenders / responses must be submitted via the eTenders Tenderbox facility.

    8. Suppliers should note the following when making their submission:

    • To enable submission of multiple documents concurrently, download and install the ‘Upload Manager ActiveX’ facility to your eTenders user profile.

    • When using the ‘Upload Manager’ facility do not use the ‘Schedule’ option.

    • Instead, use only the ‘Upload’ option, which will enable monitoring of the upload.

    • Suppliers who do not use the Upload Manager can upload individual files, however please ensure to allow sufficient time for upload.

    • There is a maximum upload limit of 2GB per document. Documents larger than this should be divided into smaller files prior to upload.

    • Should you experience difficulty when uploading documents please contact the eTenders Support Desk for technical assistance. Email etenders@eu-supply.com or Telephone: 353 (0) 21 243 92 77 (09:00am – 17:30pm GMT)

    9. Tenders / responses may be submitted in English or in the Irish language.

    10. Please note that OJEU contracts are covered by the Government Procurement Agreement (GPA).

    11. Appeals procedure: The body to whom appeals should be addressed is – The High Court, Four Courts, Inns Quay, Dublin 7.

    12. All queries regarding this public procurement competition must be emailed to rapiddeliveryhousing@dublincity.ie for the attention of Cian Harte. Queries must be in question format and must be submitted by email. Responses will be circulated to those candidates/tenderers that have registered an interest in this notice on the Irish Government procurement opportunities portal www.etenders.gov.ie. The details of the party making the query will not be disclosed when circulating the response. All queries must be submitted by 17.00pm on 27th October 2015 to enable issue of responses to all interested parties.

    13. Please note that where documents are made available in both PDF and Word format, in the event that there is any discrepancy between the documents, the PDF version will take precedence.

    VI.4)

    Procedures for appeal

    VI.4.1)

    Body responsible for appeal procedures

    High Court, Chief Registrar
    The Four Courts
    Inns Quay  Dublin 7
    IE
    Internet address:
     

    Body responsible for mediation procedures

    VI.4.2)

    Lodging of appeals

    Precise information on deadline(s) for lodging appeals:

    Please contact your solictor.

    VI.4.3)

    Service from which information about the lodging of appeals may be obtained