Contract notice

Information

Published

Date of dispatch of this notice: 31/01/2019

Expire date: 11/03/2019

External Reference: 2019-289923

TED Reference: 2019/S 024-053022

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: Seamus MacSweeney
Telephone: +353 12222222
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=141501&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

Single Party Framework Agreement for Dublin City Council Public Lighting Upgrade Project
II.1.2)

Main CPV code

45316110  -  Installation of road lighting equipment
II.1.3)

Type of contract

Services
II.1.4)

Short description

The Lighting Upgrade Project shall involve:
• Replacement of up to 40,000 luminaires with energy efficient LED luminaires;
• Replacement of up to 4,000 lighting columns;
• Replacement of a significant amount of public lighting legacy cabling;
• Replacement of up to 120 Columns/luminaires with Heritage Columns/luminaires to enhance and improve the Public Realm;
• Providing a Central Management System (CMS) to remotely monitor control and manage Street Lights; and
• Facilitating Smart City Applications within Dublin City Council.
Other possible works may include designing and delivering complimentary projects such as; Village Centre Lighting Renewal schemes, Bridge Lighting including Feature lighting, High Mast Lighting, Wall Mounted Lighting, Housing Complex exterior lighting, Christmas Lighting, Electric Vehicles, Master Planning and Building Lighting.
II.1.5)

Estimated total value

Value excluding VAT: 80000000.00  EUR
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

31000000  -  Electrical machinery, apparatus, equipment and consumables; lighting
31500000  -  Lighting equipment and electric lamps
31527260  -  Lighting systems
31530000  -  Parts of lamps and lighting equipment
32400000  -  Networks
32412000  -  Communications network
32412100  -  Telecommunications network
32500000  -  Telecommunications equipment and supplies
32510000  -  Wireless telecommunications system
32520000  -  Telecommunications cable and equipment
32522000  -  Telecommunications equipment
32524000  -  Telecommunications system
32571000  -  Communications infrastructure
32581000  -  Data-communications equipment
34928500  -  Street-lighting equipment
34928510  -  Street-lighting columns
34993100  -  Tunnel lighting
48219700  -  Communications server software package
50232000  -  Maintenance services of public-lighting installations and traffic lights
50232100  -  Street-lighting maintenance services
50232110  -  Commissioning of public lighting installations
II.2.3)

Place of performance

Main site or place of performance:  
Various locations throughout Dublin City
II.2.4)

Description of the procurement

The Project involves
• Replacement of up to 40,000 luminaires with energy efficient LED luminaires;
• Replacement of up to 4,000 lighting columns;
• Replacement of a significant amount of public lighting legacy cabling;
• Replacement of up to 120 Columns/luminaires with Heritage Columns/luminaires to enhance and improve the Public Realm;
• Providing a Central Management System (CMS) to remotely monitor control and manage Street Lights; and
• Facilitating Smart City Applications within Dublin City Council.
Other possible works may include designing and delivering complimentary projects such as; Village Centre Lighting Renewal schemes, Bridge Lighting including Feature lighting, High Mast Lighting, Wall Mounted Lighting, Housing Complex exterior lighting, Christmas Lighting, Electric Vehicles, Master Planning and Building Lighting.
This sizeable and significant project focuses on the challenging task of harnessing Environmental Assets to substantially improve the ecology of Dublin City.
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: 80000000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 96
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: 5
Objective criteria for choosing the limited number of candidates:
Based on responses to the Expressions of Interest the top 5 scoring applicants will be invited to the next stage subject to that number qualifying
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: yes
Description of options:
The framework agreement will be for a four (4) year initial period with an option to extend for four (4) further periods of one (1) year, subject to a maximum framework duration of eight (8) years, and subject to annual review, satisfactory performance, business needs and budgetary constraints, all at the absolute discretion of the Contracting Authority
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:  Please refer to the Expressions of Interest document available to download from etenders using RFT 145645
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

Will be provided at tender stage

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Competitive procedure with negotiation
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 a single operator
In the case of framework agreements, provide justification for any duration exceeding 4 years:  The 8-year maximum duration of the framework reflects the estimated duration to complete this significant project.
IV.1.4)

Information about reduction of the number of solutions or tenders during negotiation or dialogue

Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated
IV.1.5)

Information about negotiation

The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations
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.2.1)

Previous publication concerning this procedure

Notice number in the OJ S: 2018/S 209-476286
IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  04/03/2019
Local time:  12:00
IV.2.3)

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

Date: 01/05/2019
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.2)

Information about electronic workflows

Electronic payment will be used
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) are and remain tax compliant.
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 and to respond electronically to the competition. There is a maximum upload limit of 2GB per document on etenders. Documents larger than this should be divided into smaller files prior to upload or zipped. Should you experience difficulty when uploading documents please contact the eTenders Support Desk for technical assistance. Email etenders@eu-supply.com or Telephone: 353 (0) 21 243 92 77 (09:00am – 17:30pm GMT)
4. All queries regarding this tender requirement or process must be submitted through the Irish Government Procurement Opportunities Portal www.etenders.gov.ie (RFT ID:145645) as a specific question.
Responses will be circulated to those tenderers that have registered an interest in this notice on www.etenders.gov.ie The details of the person making a query will not be disclosed when circulating the response.
5. 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.
6. 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.
7. The establishment of the framework and award of contract will be subject to the approval of relevant competent authorities;
8. At is 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.
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.4.4)

Service from which information about the review procedure may be obtained

Please contact your solicitor as applicable
As applicable
IE