Contract notice

Information

Published

Date of dispatch of this notice: 11/06/2018

Expire date: 13/07/2018

External Reference: 2018-764950

TED Reference: 2018/S 111-252490

Contract notice

Cached Version

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Office of Public Works (OPW)
N/A
52 St. Stephen's Green,
Dublin 2
D02 DR67
IE
Contact person: Seán Fitzgerald
Telephone: +353 16476684
NUTS code:  IE -  IRELAND
Internet address(es):
Main address: http://www.opw.ie

I.2)

Joint procurement

The contract is awarded by a central purchasing body
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=130499&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

Ministry or any other national or federal authority, including their regional or local subdivisions
I.5)

Main activity

General public services

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Supply and haulage of embankment fill material to the Morell River Flood Management Scheme, Co. Kildare
Reference number:  C86/24/12/1
II.1.2)

Main CPV code

44100000  -  Construction materials and associated items
II.1.3)

Type of contract

Supplies
II.1.4)

Short description

The Morell River Flood Management Scheme (FMS) involves the construction of 7.5km of earthen embankment and 500m of reinforced concrete walls along the Morell River and its tributaries between Kill and Ballyhays in Co. Kildare (See Figure 1 below for location plan). The works are required to as part of a flood management scheme for the surrounding area and are programmed to be carried out over a period of 3 years.
This document specifically relates to the haulage of embankment material from an existing construction site, also referred to as the Source Site, near Lucan, Co. Dublin to the site where the flood defence works are due to be constructed. The source of the embankment material is from a series of stockpiles which have been formed over a period of time to facilitate a large residential development as well as associated ancillary works as part of the ongoing Adamstown Strategic Development Zone (SDZ) works.
II.1.5)

Estimated total value

Value excluding VAT: 650000.00  EUR
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

44110000  -  Construction materials
44113000  -  Road-construction materials
44140000  -  Products related to construction materials
44190000  -  Miscellaneous construction materials
44192000  -  Other miscellaneous construction materials
44420000  -  Goods used in construction
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
Main site or place of performance:  
52 St. Stephen's Green, Dublin 2 D02 DR67
II.2.4)

Description of the procurement

The Morell River Flood Management Scheme (FMS) involves the construction of 7.5km of earthen embankment and 500m of reinforced concrete walls along the Morell River and its tributaries between Kill and Ballyhays in Co. Kildare (See Figure 1 below for location plan). The works are required to as part of a flood management scheme for the surrounding area and are programmed to be carried out over a period of 3 years.
This document specifically relates to the haulage of embankment material from an existing construction site, also referred to as the Source Site, near Lucan, Co. Dublin to the site where the flood defence works are due to be constructed. The source of the embankment material is from a series of stockpiles which have been formed over a period of time to facilitate a large residential development as well as associated ancillary works as part of the ongoing Adamstown Strategic Development Zone (SDZ) works.
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: 650000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48
This contract is subject to renewal: yes
Description of renewals:  
The Client reserves the right to extend the Term for a period or periods of up to six months with a maximum of two such extensions permitted subject to its obligations at law.
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.1.1)

Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:  As stated in procurement documents available to download from www.etenders.gov.ie using RFT ID 135280.
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.2.2)

Contract performance conditions

As stated in procurement documents available to download from www.etenders.gov.ie using RFT ID 135280.

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:  13/07/2018
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 : 12  (from the date stated for receipt of tender)
IV.2.7)

Conditions for opening of tenders

Date:  13/07/2018
Local time:  12:00
Place:  
Tenders must be submitted via the electronic postbox available on www.etenders.gov.ie.
Received tenders will be opened by approved personnel, defined in the Opening Committee on www.etenders.gov.ie.
Information about authorised persons and opening procedure:  
Received tenders will be opened by approved personnel, defined in the Opening Committee on www.etenders.gov.ie.

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.2)

Information about electronic workflows

Electronic invoicing will be accepted
Electronic payment will be used
VI.3)

Additional information

1) Interested parties must register their interest on the eTenders website (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 the Irish Government Procurement Opportunities Portal (www.etenders.gov.ie) only. Registration is free of charge. The contracting authority will not accept responsibility for information relayed (or not relayed) via third parties.
2) This is the sole call for competition for this Contract/Framework.
3) the contracting authority will not be responsible for any costs, charges or expenses incurred by candidates or tenderers.
4) Contract award will be subject to the approval of the competent authorities.
5) It will be a condition of award that the sucessful tenderer is and remains tax compliant.
6) At its absolute discretion, the contracting authority may elect to terminate this procurement process, the framework agreement or any contract awarded under the framework agreement at any time.
7) 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 is 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.
8) Without prejudice to the principle of equal treatment, the contracting authority is not obliged to engage in a clarification process in respect of the procurement documents with missing or incomplete information. Therefore, respondents are advised to ensure that they returned completed documentation in order to avoid the risk of elimination from the competition.
VI.4)

Procedures for review

VI.4.1)

Review body

High Court
Inns Quay,
Dublin 7
IE