Contract notice

Information

Published

Date of dispatch of this notice: 31/08/2018

Expire date: 26/10/2018

External Reference: 2018-226175

TED Reference: 2018/S 169-383866

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Dublin City Council
N/A
Civic Offices, Wood Quay
Dublin 8
Dublin
IE
Contact person: Pat Teehan
NUTS code:  IE061 -  Dublin
Internet address(es):
Main address: www.dublincity.ie

South Dublin County Council
County Hall, Tallaght
Dublin
24
IE
NUTS code:  IE061 -  Dublin
Internet address(es):
Main address: www.sdcc.ie

Fingal County Council
County Hall, Main Street, Swords
Co. Dublin
IE
NUTS code:  IE061 -  Dublin
Internet address(es):
Main address: www.fingalcoco.ie

Dún Laoghaire Rathdown County Council
County Hall, Marine Road, Dún Laoghaire
Co Dublin
IE
NUTS code:  IE061 -  Dublin
Internet address(es):
Main address: www.dlrcoco.ie

I.2)

Joint procurement

The contract involves joint procurement
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=134557&B=ETENDERS_SIMPLE
Additional information can be obtained from
the abovementioned address:  
Tenders or requests to participate must be submitted
to the following address: 
Traveller Accommodation Unit
Block 1 Floor 2, Civic Offices, Wood Quay
Dublin
8
IE
Contact person: Pat Teehan
NUTS code:  IE061 -  Dublin
Internet address(es):
Main address: www.dublincity.ie

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

Multi Party Framework Agreements for the Procurement of Works Contractors for Works on Group Housing Schemes and Ancillary Traveller Specific Accommodation in 4 Lots
Reference number:  etenders reference no. 139116
II.1.2)

Main CPV code

45000000  -  Construction work
II.1.3)

Type of contract

Works
II.1.4)

Short description

Dublin City Council on behalf of the 4 Dublin Local Authorities wishes to establish a number of multi-party framework agreements for Works Contractors for works on Group Housing Schemes and ancillary Traveller Accommodation in a number of Lots, as detailed below:
Lot 1: Works Packages up to €100,000
Lot 2: Works Packages between €100,000- €500,000
Lot 3: Works Packages between€500,000 - €5million
Lot 4: Works Packages in excess of €5million.
A separate Framework Agreement will be established for each Lot.
The framework agreement will be for 2 years, with three (3) options to extend by 12 months, subject to a maximum of Five (5) years subject to satisfactory performance, business needs and budgetary constraints. The timeframe of the Framework is linked with the Traveller Accommodation Programme funding 2019 -2024.
II.1.5)

Estimated total value

Value excluding VAT: 90000000.00  EUR
II.1.6)

Information about lots

This contract is divided into lots: yes
Tenders may be submitted for  all lots
II.2)

Description

II.2.1)

Title

Multi Party Framework Agreement for Works valued up to €100,000
Lot No:  1
II.2.2)

Additional CPV code(s)

45210000  -  Building construction work
45233222  -  Paving and asphalting works
II.2.3)

Place of performance

NUTS code:  IE061 -  Dublin
II.2.4)

Description of the procurement

This framework will be used to procure Contractors
to carry out construction works projects on existing
and future Traveller Specific Accommodation sites
with a value range of up to €100,000 (ex VAT).
Dublin City Council will be the lead Authority for
establishing the framework. However it is intended
that once the framework is established each of the 4
participating Local Authorities will procure
Contractors from this framework as and when
required.
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: 7000000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 60
This contract is subject to renewal: no
II.2.9)

Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 25
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
II.2)

Description

II.2.1)

Title

Multi Party Framework Agreement for Works valued between €100,000 and €500,000
Lot No:  2
II.2.2)

Additional CPV code(s)

45210000  -  Building construction work
45233222  -  Paving and asphalting works
II.2.3)

Place of performance

NUTS code:  IE061 -  Dublin
II.2.4)

Description of the procurement

This framework will be used to procure Contractors
to carry out construction works projects on existing
and future Traveller Specific Accommodation sites
with a value range of between €100,000 and
€500,000.
Dublin City Council will be the lead Authority for
establishing the framework. However it is intended
that once the framework is established each of the 4
participating Local Authorities will procure
Contractors from this framework as and when
required.
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: 15000000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 60
This contract is subject to renewal: no
II.2.9)

Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 25
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
II.2)

Description

II.2.1)

Title

Multi Party Framework Agreement for Works valued between €500,000 and €5 Million
Lot No:  3
II.2.2)

Additional CPV code(s)

45210000  -  Building construction work
45233222  -  Paving and asphalting works
II.2.3)

Place of performance

NUTS code:  IE061 -  Dublin
II.2.4)

Description of the procurement

This framework will be used to procure Contractors
to carry out construction works projects on existing
and future Traveller Specific Accommodation sites
with a value range between €500,000 and €5 million.
Dublin City Council will be the lead Authority for
establishing the framework. However it is intended
that once the framework is established each of the 4
participating Local Authorities will procure
Contractors from this framework as and when
required.
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: 38000000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 60
This contract is subject to renewal: no
II.2.9)

Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 25
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
II.2)

Description

II.2.1)

Title

Multi Party Framework Agreement for Works valued over €5 Million
Lot No:  4
II.2.2)

Additional CPV code(s)

45210000  -  Building construction work
45233222  -  Paving and asphalting works
II.2.3)

Place of performance

NUTS code:  IE061 -  Dublin
II.2.4)

Description of the procurement

This framework will be used to procure Contractors
to carry out construction works projects on existing
and future Traveller Specific Accommodation sites
with a value range exceeding €5 million.
Dublin City Council will be the lead Authority for
establishing the framework. However it is intended
that once the framework is established each of the 4
participating Local Authorities will procure
Contractors from this framework as and when
required.
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: 30000000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 60
This contract is subject to renewal: no
II.2.9)

Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 25
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

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Restricted procedure
IV.1.3)

Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement:  20
In the case of framework agreements, provide justification for any duration exceeding 4 years:  The timeframe of the framework (5 Years) is linked with the Traveller Accommodation programme funding 2019-2024
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:  26/10/2018
Local time:  12:00
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English, Irish
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)

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.3)

Additional information

Dublin City Council is subject to the provisions of the Freedom of Information Act (FOI) 2014. 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 Act.
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.
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.
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.
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.
The framework agreement is primarily for use by the Traveller Accommodation Unit, but may also be extended for use by other divisions of Dublin City Council as requirements arise.
Emailed/faxed/late tenders will not be accepted. Tenderers are asked to include a return address on the packaging.
Tenders may be submitted in English or in the Irish language.
Please note that OJEU contracts are covered by the Government Procurement Agreement (GPA).
Appeals procedure: The body to whom appeals should be addressed is – The High Court, Four Courts, Inns Quay, Dublin 7.
All queries regarding this tender must be submitted via etenders. Queries must be in question format and must be submitted by email. Responses will be circulated to those candidates 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 12 noon on 28th September 2018 to enable issue of responses to all interested parties.
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.
For each criterion marked as Response: Declaration Required, applicants must initially provide the Appendices referenced under each criterion no later than the date set for return of the forms, and, where appropriate, confirm in the box provided that it is included with the completed Questionnaire. Failure to do so could invalidate the submission.
Applicants may also satisfy this requirement by submitting an ESPD completed in accordance with EU Regulation 2016/7. By completing Part IV (a) of the ESPD titled: Global Indication for all Selection Criteria, applicants will be taken to declare that they meet the standards set for all criteria where the response is Declaration Required. Supporting documentation should be provided promptly upon request from the Contracting Authority
VI.4)

Procedures for review

VI.4.1)

Review body

The High Court
Chief Registrar, High Court, Inns Quay
Dublin
Dublin 7
IE
Telephone: +353 18886000