Contract notice

Information

Published

Date of dispatch of this notice: 24/11/2015

Expire date: 18/01/2016

External Reference: 2015-834508

TED Reference: 2015/S 229-416077

Contract notice

Cached Version

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
Environment & Transportation, Block 2, Floor 6, Civic Offices, Wood Quay
8  Dublin
IE
For the attention of: Executive Manager
Telephone: +353 12222222
E-mail: etenders.traffic@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=94159&B=ETENDERS_SIMPLE
Electronic submission of tenders and requests to participate: http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=94159&B=ETENDERS_SIMPLE
Further information can be obtained from:
Please see tender documents RFT ID: 100844 available at www.etenders.gov.ie
Please see tender documents RFT ID: 100844 available at www.etenders.gov.ie
Please see tender documents RFT ID: 100844 available at www.etenders.gov.ie
IE
Internet address:
Specifications and additional documents (including documents for a dynamic purchasing system) can be obtained from:
Please see tender documents RFT ID: 100844 available at www.etenders.gov.ie
Please see tender documents RFT ID: 100844 available at www.etenders.gov.ie
Please see tender documents RFT ID: 100844 available at www.etenders.gov.ie
IE
Internet address:
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
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: yes
Dun Laoghaire Rathdown County Council
County Hall, Marine Road
Dun Laoghaire   Co. Dublin
IE

Section II: Object of the contract

II.1)

Description

II.1.1)

Title attributed to the contract by the contracting authority:

Multi-party Framework Agreement for Roadwork Contracts 2016-2020 (less than €500k)

II.1.2)

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

Works
    Execution
    Main site or location of works, place of delivery or of performance:

    Dublin

    NUTS code
    Dublin
    II.1.3)

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

    The notice involves the establishment of a framework agreement
    II.1.4)

    Information on framework agreement

    Framework agreement with several operators
    Number of participants to the framework agreement envisaged: 8
    Duration of the framework agreement
    Duration in months: 36
    Justification for a framework agreement, the duration of which exceeds four years: 
    Estimated total value of purchases for the entire duration of the framework agreement
    Estimated cost excluding VAT
    Range: between  5000000  and 20000000  EUR
    Frequency and value of the contracts to be awarded:
    II.1.5)

    Short description of the contract or purchase(s)

    Dublin City Council (DCC) will be facilitating the establishment of a Multi-Party

    Framework Agreement with multiple operators for contracts less than €0.5m on

    behalf of itself and the Local Authorities listed hereunder who will be parties to the

    framework. The Framework will run for 36 months. The Contracting Authority may, at its discretion, extend the Framework by a further 12 months.

    • Dublin City Council (DCC)

    • Dun Laoghaire-Rathdown County Council (DLRCC)

    These authorities will be known as the framework purchasers. Any contracts

    entered into on foot of the framework agreement will be strictly between each

    framework purchaser and the chosen framework operator.

    The following are the main elements to the Multi party Framework Agreement for

    Roadwork Contracts 2016-2020:

    • Installation of ducts, gullies, drainage pipes manholes and chambers

    • Roadway repairs including potholes(flexible and rigid)

    • Footway repairs & refurbishment (incld.flags, concrete & bituminous)

    • Construction and upgrade of footways, cycle tracks, bus stops, cycle lanes

    and bus lanes

    • Resurfacing and High friction antiskid surfacing (associated with the work)

    • Granite and flagging work (high quality finish)

    • Diversion of services

    • Road and street improvements (including widening and narrowing)

    • Development & Implementing of the Traffic Management Plan

    • Installation of Public Lighting columns

    • Installation of tactile paving and dishing including installation and upgrade of

    pedestrian crossings

    • Installation of Road markings (associated with other roadworks)

    • Installing bollards, pedestrian barriers, street furniture, signage, cycle parking

    and shelters etc…

    • Construction of walls & related works

    • Installation of Traffic Signal & traffic islands

    • Trial Holes/Site Investigations/Service Investigation/Geo Referencing/Noise

    & Vibration Control

    • Role of PSCS

    • Public Relations

    This list is not exhaustive and will include other small works as required under the

    scope of the framework or works of a similar nature within the expertise of the

    chosen contractors.

    II.1.6)

    Common procurement vocabulary (CPV)

    Main vocabulary
    45233120   Road construction works
    Supplementary vocabulary
    44115100   Ducting
    44163110   Drainage pipes
    45221111   Road bridge construction work
    45232450   Drainage construction works
    45232452   Drainage works
    45233100   Construction work for highways, roads
    45233121   Main road construction works
    45233124   Trunk road construction work
    45233125   Road junction construction work
    45233140   Roadworks
    45233141   Road-maintenance works
    45233142   Road-repair works
    45233150   Traffic-calming works
    45233161   Footpath construction work
    45233162   Cycle path construction work
    45233220   Surface work for roads
    45233223   Carriageway resurfacing works
    45233253   Surface work for footpaths
    45233293   Installation of street furniture
    34928470   Signage
    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:

    Dublin City Council propose to establish and operate with Dun Laoghaire Rathdown Co. Co. a Multi-party Framework Agreement with multiple operators for contracts less than €0.5m .The Framework will run for 36 months. The Contracting Authority may, at its discretion, extend the Framework by a further 12 months.The following are the main elements to the Multi party Framework Agreement for Roadwork Contracts 2016-2020:

    • Installation of ducts, gullies, drainage pipes manholes and chambers

    • Roadway repairs including potholes(flexible and rigid)

    • Footway repairs & refurbishment (incld.flags, concrete & bituminous)

    • Construction and upgrade of footways, cycle tracks, bus stops, cycle lanes and bus lanes

    • Resurfacing and High friction antiskid surfacing (associated with the work)

    • Granite and flagging work (high quality finish)

    • Diversion of services

    • Road and street improvements (including widening and narrowing)

    • Development & Implementing of the Traffic Management Plan

    • Installation of Public Lighting columns

    • Installation of tactile paving and dishing including installation and upgrade of pedestrian crossings

    • Installation of Road markings (associated with other roadworks)

    • Installing bollards, pedestrian barriers, street furniture, signage, cycle parking and shelters etc…

    • Construction of walls & related works

    • Installation of Traffic Signal & traffic islands

    • Trial Holes/Site Investigations/Service Investigation/Geo Referencing/Noise & Vibration Control

    • Role of PSCS

    • Public Relations

    Estimated cost excluding VAT
    Range: between  5000000  and 20000000  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

    Duration in months: 048 (from the award of the contract)

    Section III: Legal, economic, financial and technical information

    III.1)

    Conditions relating to the contract

    III.1.2)

    Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them

    Please see tender documents RFT ID: 100844 available at www.etenders.gov.ie

    III.1.3)

    Legal form to be taken by the group of economic operators to whom the contract is to be awarded:

    Please see tender documents RFT ID: 100844 available at www.etenders.gov.ie

    III.1.4)

    Other particular conditions

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

    Please see tender documents RFT ID: 100844 available at www.etenders.gov.ie

    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 see tender documents RFT ID: 100844 available at www.etenders.gov.ie

    III.2.2)

    Economic and financial ability

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

    Please see tender documents RFT ID: 100844 available at www.etenders.gov.ie

    Minimum level(s) of standards possibly required:

    Please see tender documents RFT ID: 100844 available at www.etenders.gov.ie

    III.2.3)

    Technical capacity

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

    Please see tender documents RFT ID: 100844 available at www.etenders.gov.ie

    Minimum level(s) of standards possibly required:

    Please see tender documents RFT ID: 100844 available at www.etenders.gov.ie

    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

    Restricted
    IV.1.2)

    Limitations on the number of operators who will be invited to tender or to participate

    Envisaged minimum number  4  and  maximum number  8
    Objective criteria for choosing the limited number of candidates: 

    Please see tender documents RFT ID: 100844 available at www.etenders.gov.ie

    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

    18.01.2016 - 12:00
    IV.3.6)

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

    EN,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:

    1. Dublin City Council, are 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.

    2. It will be a condition for the award of any contract 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.

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

    4. 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.

    5. 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.

    6. The Framework Agreement is primarily for use by the Environment & Transportation Department, but may also be extended for use by other divisions of Dublin City Council as requirements arise.

    7. Emailed/faxed/late tenders will not be accepted. Tenderers are asked to include a return address on the packaging.

    8. Tenders may be submitted in English or in the Irish language.

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

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

    11. All queries regarding this tender must be emailed to etenders.traffic@dublincity.ie for the attention of Ksawery Hession. 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 1200 noon on the 11th January 2016 to enable issue of responses to all interested parties.

    VI.4)

    Procedures for appeal

    VI.4.1)

    Body responsible for appeal procedures

    The High Court, Chief Registrar
    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 consult your solicitor.

    VI.4.3)

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