Contract notice

Information

Published

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

Expire date: 08/10/2018

External Reference: 2018-566273

TED Reference: 2018/S 169-383917

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Dublin City Council
Civic Offices, Wood Quay
Dublin 8
Dublin
IE
Contact person: Gary Loughlin
Telephone: +353 2223591
NUTS code:  IE061 -  Dublin
Internet address(es):
Main address: www.dublincity.ie

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=134599&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

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 AGREEMENT FOR DESIGN & BUILD CONTRACTORS TO DELIVER RESIDENTIAL DEVELOPMENTS THROUGH THE USE OF 2D PANELISED AND/OR 3D MODULAR OR VOLUMETRIC CONSTRUCTION METHODS IN TWO LOTS
Reference number:  139154
II.1.2)

Main CPV code

45000000  -  Construction work
II.1.3)

Type of contract

Works
II.1.4)

Short description

ESTABLISHMENT OF MULTI-PARTY FRAMEWORK AGREEMENT FOR DESIGN & BUILD CONTRACTORS TO DELIVER RESIDENTIAL DEVELOPMENTS (COMPRISING APARTMENTS AND/OR HOUSES) THROUGH THE USE OF 2D PANELISED AND/OR 3D MODULAR OR VOLUMETRIC CONSTRUCTION METHODS AT LOCATIONS THROUGHOUT THE REPUBLIC OF IRELAND.
LOT 1 – FOR PROJECTS WITH ESTIMATED CONSTRUCTION VALUE LESS THAN €15,000,000 EXCLUDING VAT.
LOT 2 - FOR PROJECTS WITH ESTIMATED CONSTRUCTION VALUE IN EXCESS OF €15,000,000 EXCLUDING VAT.
II.1.5)

Estimated total value

Value excluding VAT: 950000000.00  EUR
II.1.6)

Information about lots

This contract is divided into lots: yes
Tenders may be submitted for  all lots
Maximum number of lots that may be awarded to one tenderer:  2
II.2)

Description

II.2.1)

Title

LOT 1: FOR PROJECTS WITH ESTIMATED CONSTRUCTION VALUE LESS THAN €15,000,000 EXCLUDING VAT.
Lot No:  1
II.2.2)

Additional CPV code(s)

44211100  -  Modular and portable buildings
45113000  -  Siteworks
45223800  -  Assembly and erection of prefabricated structures
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
II.2.3)

Place of performance

NUTS code:  IE061 -  Dublin
II.2.4)

Description of the procurement

Establishment of a Multi Party Framework Agreement for Design-Build Contractors to deliver Residential Developments (comprising Apartments and/or Houses) through the use of 2D Panelised and/or 3D Modular or Volumetric Construction Methods at locations throughout the Republic of Ireland.
Lot 1 - For projects with an estimated construction value less than €15 million excl. VAT
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: 200000000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 12
This contract is subject to renewal: yes
Description of renewals:  
The Framework Agreement will be established for a period of one (1) year, with possible annual extensions at the discretion of the Contracting Authority up to a maximum of four (4) years, subject to satisfactory annual performance and review, budgetary constraints and government policy.
II.2.9)

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

Envisaged number of candidates: 12
Objective criteria for choosing the limited number of candidates:
All criteria are set out in the relevant procurement documents
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

LOT 2: FOR PROJECTS WITH ESTIMATED CONSTRUCTION VALUE IN EXCESS OF €15,000,000 EXCLUDING VAT.
Lot No:  2
II.2.2)

Additional CPV code(s)

44211100  -  Modular and portable buildings
45113000  -  Siteworks
45223800  -  Assembly and erection of prefabricated structures
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
II.2.3)

Place of performance

NUTS code:  IE061 -  Dublin
II.2.4)

Description of the procurement

Establishment of a Multi Party Framework Agreement for Design-Build Contractors to deliver Residential Developments (comprising Apartments and/or Houses) through the use of 2D Panelised and/or 3D Modular or Volumetric Construction Methods at locations throughout the Republic of Ireland.
Lot 2 - For projects with an estimated construction value in excess of €15 million excl. VAT
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: 750000000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 12
This contract is subject to renewal: yes
Description of renewals:  
The Framework Agreement will be established for a period of one (1) year, with possible annual extensions at the discretion of the Contracting Authority up to a maximum of four (4) years, subject to satisfactory annual performance and review, budgetary constraints and government policy.
II.2.9)

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

Envisaged number of candidates: 12
Objective criteria for choosing the limited number of candidates:
All criteria are set out in the relevant procurement documents
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:  Assessment criteria as stated in the relevant procurement documents.
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

The form of contract to be used for the works will be PW-CF2 v.2.2 Public Works Contract for Building Works Designed by the Contractor, which is accessible at: https://constructionprocurement.gov.ie/wp-content/uploads/PW-CF2-v2.2-27-06-2018.pdf
The latest version of the contract available at the time of contract signing will be used.
III.2.3)

Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing 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:  8
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:  01/10/2018
Local time:  12:00
IV.2.3)

Estimated date of dispatch of invitations to tender or to participate to selected candidates

Date: 19/10/2018
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

1. 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.
2. 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.
3. 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.
4. Please note that OJEU contracts are covered by the Government Procurement Agreement (GPA).
5. All queries regarding this tender must be submitted through the eTenders portal only for the attention of Gary Loughlin. Queries must be in question format. 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 12 noon on Monday 17th September 2018 to enable issue of responses to all interested parties.
6. 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

VI.4.3)

Review procedure

Precise information on deadline(s) for review procedures: 
Please contact your solicitor