Contract notice

Information

Published

Date of dispatch of this notice: 12/02/2016

Expire date: 23/03/2016

External Reference: 2016-391479

TED Reference: 2016/S 032-051255

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)

Kildare County Council
N/A
Aras Chill Dara
Devoy Park  Co. Kildare
IE
Contact point(s): Procurement Unit
For the attention of: Tomas McLoughlin
E-mail: procurement@kildarecoco.ie
Internet address(es):
General address of the contracting authority: http://kildare.ie/countycouncil/index.html
Address of the buyer profile: http://irl.eu-supply.com/ctm/Supplier/CompanyInformation/Index/385
Electronic access to information: http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=96536&B=ETENDERS_SIMPLE
Electronic submission of tenders and requests to participate: http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=96536&B=ETENDERS_SIMPLE
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for a dynamic purchasing system) can be obtained from:The above mentioned contact point(s)
Tenders or requests to participate must be sent to:
Kildare County Council
N/A
Aras Chill Dara
Devoy Park  Co. Kildare
IE
Contact point(s): Coporate Affairs
For the attention of: County Secretary
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:

Multiparty Framework Agreement for Road Resurfacing Works and Associated Minor Works 2016 - 2019

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:

    Co. Kildare

    NUTS code
    Mid-East
    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
    maximum number of participants to the framework agreement envisaged: 8
    Duration of the framework agreement
    Duration in years: 4
    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
    II.1.5)

    Short description of the contract or purchase(s)

    Kildare County

    Council proposes to

    establish and

    operate a Framework

    Agreement for Road

    Resurfacing and

    Associated Minor

    Civil Works 2016 -

    2019. The proposed

    works includes:

    • Site preparation,

    planing and removal

    of defective

    material,

    • Laying of

    bituminous tack coat

    (required under each

    asphaltic layer),

    • Laying of

    asphaltic concrete

    inlays, overlays and

    surface course,

    • Traffic and

    Pedestrian

    Management, and,

    • Project Supervisor

    Construction Stage

    (PSCS).

    Minor Civil Works

    including, but not

    limited to:

    • Installation of

    kerbs, road gullies,

    signs and traffic

    islands,

    • Limited road

    widening works

    requiring the

    excavation and

    replacement of

    materials, and,

    • Verge landscaping

    and road

    accommodation works.

    These works are to

    be carried out on

    rural and rural

    Local and Regional

    roads, throughout

    the county of

    Kildare, with AADTs

    up to 17,000

    vehicles.

    The proposed

    framework is

    intended to commence

    in Q2 of 2016 and

    run for a two-year

    time frame with the

    option to extend by

    a maximum of two

    years.

    It is envisaged that

    the Public Works

    Contract for Minor

    Building and Civil

    Engineering Works

    Designed by the

    Employer (PW-CF5) or

    the Short Public

    Works Contract

    (PW-CF6) will govern

    contracts for these

    works by the

    Employer. Details of

    these forms of

    contract are

    available from the

    National Public

    Procurement Policy

    Unit website

    http://www.constructionprocurement.gov.ie/

    II.1.6)

    Common procurement vocabulary (CPV)

    Main vocabulary
    45233220   Surface work for roads
    Supplementary vocabulary
    45200000   Works for complete or part construction and civil engineering work
    45232000   Ancillary works for pipelines and cables
    45233140   Roadworks
    45233150   Traffic-calming works
    45233222   Paving and asphalting works
    45233223   Carriageway resurfacing works
    45233251   Resurfacing works
    45233253   Surface work for footpaths
    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:

    Kildare County Council proposes to establish and operate a Framework Agreement for Road Resurfacing and Associated Minor Civil Works 2016 - 2019. It is estimated that approximately €5.0 million values of works of this nature were carried out in 2015 with individual framework project values of up to circa €0.5 million.

    II.2.2)

    Information about options

    Options: no
    II.2.3)

    Information about renewals

    This contract is subject to renewal: no

    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: no
    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:

    1) Interested parties must register their interest on www.etenders.gov.ie in order to be included on the mailing list for clarifications. All information relating to attachments, including clarifications and changes, will be published on this website, registration for which is free of charge. KCC will not accept responsibility for information relayed (or not relayed) via third parties.

    2) This is the sole call for competition for this service.

    3) KCC will not be responsible for any costs, charges or expenses incurred by candidates or tenderers.

    4) The establishment the framework will be subject to the approval of the competent authorities.

    5) If for any reason it is not possible to conclude the framework agreement with the designated successful tenderer emerging from this competitive process; or if having concluded the framework agreement, the contracting authority terminates the agreement; the contracting authority reserves the right to admit at any time during the tender validity period the next highest scoring tenderer to the framework on the basis of the same terms as tendered by that party. This shall be without prejudice to the right of the contracting authority to cancel this competitive process and/or initiate a new contract award procedure at its sole discretion.

    6) At its absolute discretion, the contracting authority may elect to terminate this procurement process, the framework agreement at any time.

    (RFT Ref: 103013)

    III.2.2)

    Economic and financial ability

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

    Candidates will be assessed under the selection criteria, and rules listed in the questionnaire available to download free from the Irish Government Public Procurement Opportunities Portal www.etenders.gov.ie

    Minimum level(s) of standards possibly required:
    III.2.3)

    Technical capacity

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

    Candidates will be assessed under the selection criteria, and rules listed in the questionnaire available to download free from the Irish Government Public Procurement Opportunities Portal 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 number of operators:  12
    Objective criteria for choosing the limited number of candidates: 

    In accordance with the assessment criteria as detailed in the attached Suitability Assessment Questionaire

    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.3.1)

    File reference number attributed by the contracting authority

    KE/2016/Road Resurfacing

    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

    14.03.2016 - 17:00
    IV.3.6)

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

    [Language_EN]

    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) The contracting authority will not be responsible for any costs, charges or expenses incurred by candidates or tenderers.

    2) The establishment of the frameworks will be subject to the approval of the competent authorities and the receipt of necessary funding.

    3) This is the sole call for competition for these services.

    4) The establishment of these frameworks may be subject to the conduct of clarification meetings and the production of a valid tax clearance certificate.

    5) It is the policy of the contracting authority, in accordance with EU procurement rules, to publish the value of contracts awarded to successful tenderers in the Official Journal of the EU.

    6) KCC undertakes to hold confidential any information provided by applicants following on from the Tender Stage, subject to the Institute‘s obligations under law. The Institute may however share information received with relevant Government Departments, who are subject to the Freedom of Information Act. Applications should state if any of the information supplied by them in response to this notice, is confidential or commercially sensitive or should not be disclosed in response to a request for information under the aforementioned Act. Applicants should state why they consider the information to be confidential or commercially sensitive. If applicants consider that none of the information supplied by them is confidential or commercially sensitive, they should make a statement to that effect.

    7) AWARD TO RUNNER UP

    If for any reason it is not possible to establish these framework agreements with the designated successful tenderers emerging from this competitive process, or if having established the frameworks, the contracting authority considers that any of the successful tenderers has not met, or cannot meet, its obligations, the contracting authority reserves the right to admit the next highest scoring tenderer to the framework on the basis of the terms advertised. This shall be without prejudice to the right of the contracting authority to cancel this competitive process and/or initiate a new contract award procedure at its sole discretion.

    8) CLARIFICATIONS

    The contracting authority is entitled, but not obliged, to seek clarification of any matter relevant to the tenders submitted.

    (RFT Ref: 103013)

    VI.4)

    Procedures for appeal

    VI.4.1)

    Body responsible for appeal procedures

    The High Court
    IE
    Four Courts, Ground Floor (East Wing), Inns Quay
    7  Dublin
    IE
    E-mail: highcourtcentraloffice@courts.ie
    Internet address: http://www.courts.ie
     

    Body responsible for mediation procedures

    VI.4.2)

    Lodging of appeals

    Precise information on deadline(s) for lodging appeals:

    Please see the relevant Irish Statutory Instruments (SI 130 of 2010 and SI 420 of 2010) available at www.irishstatutebook.ie.

    VI.4.3)

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

    The Courts Service
    IE
    15/24 Phoenix Street, North Smithfield
    Dublin
    IE
    Telephone: +353 18886000
    Internet address: http://www.courts.ie