Contract award notice

Information

Published

Date of dispatch of this notice: 06/11/2019

External Reference: 2019-264293

TED Reference: 2019/S 215-527421

Contract award notice

Contract award notice

Results of the procurement procedure

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: Ksawery Hession
Telephone: +353 012226196
Fax: +353 012222689
Internet address(es):
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 Suppliers of Materials for Road Maintenance for Dublin City Council in Lots, 1, 2 and 3
II.1.2)

Main CPV code

44113900  -  Road-maintenance materials
II.1.3)

Type of contract

Supplies
II.1.4)

Short description

Dublin City Council proposes to establish a Framework Agreement for FOUR years for each of the following Lots. Suppliers can apply for as many Lots as they want to.
Lot 1 Permanent Cold-Lay Surfacing Material
Lot 2 Laying & Jointing Materials (to BS 7533-12:2006)
Lot 3 Bedding Mortar for Chambers and Gratings
II.1.6)

Information about lots

This contract is divided into lots: yes
II.1.7)

Total value of the procurement

Value excluding VAT:  250000.00  EUR
II.2)

Description

II.2.1)

Title

Permanent Cold-Lay Surfacing Material
Lot No:  1
II.2.2)

Additional CPV code(s)

44113610  -  Bitumen
44113620  -  Asphalt
44113700  -  Road-repair materials
II.2.3)

Place of performance

Main site or place of performance:  
Dublin City Council Administrative Area
II.2.4)

Description of the procurement

Surface defect repairs that may be appropriate for remedial treatment with PCSM’s include potholes, delamination, and previously patched areas. All sites (including roadways and footways) with such surface defects should be considered suitable for treatment with PCSM’s
Dublin require a PCSM that can carry out the above function and should have the following characteristics:
1) One material shall be capable of undertaking all surface defects as described.
2) The PCSM material complies with the PCSM and PCSC requirements of the Guideline for the Approval and Certification of Permanent Cold-Lay Surfacing Materials (section 5) PCSM material is to comply with the BBA/HAPAS guideline for approval and certification of Permanent Cold-lay Surfacing Materials (PCSM's)
3) PCSM shall be produced in plants that are independently accredited whose quality management system is certified/registered as being in conformity with BS EN IS0 9001, 14001, and OHSAS 18001.
4) The material must be permanent, workable, quick and simple to use.
5) The material must be able to be used in depths from 10mm to 100mm
6) The material must be suitable for both asphalt and concrete roads and footpath
7) The material must be suitable for trafficked roads
8) It should require the minimum of excavation or specialist equipment.
9) It should be capable to be used all year round in wet, freezing or hot conditions
10) Polished stone value should be at least 60 PSV
11) It should be capable to be instantly open to traffic
12) Containers/bags should not weigh more than 25kg
13) Each container/tub/bag should be resealable.
14) The material should not degrade during storage and transport. The product should have a minimum shelf life of at least six months
15) The product should be non-hazardous and must have a Material Data Sheet and COSHH risk assessment.
Where reference is made in this tender document to a particular make, source, process, trademark, type or patent, 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 for reference purposes only, to which the words “or equivalent” will always be appended.
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Quality  /  Weighting:  70
Cost criterion  -  Name:  Ultimate Price  /  Weighting:  30
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.2.14)

Additional information

Please consult the associated documentation, which contains full instructions regarding the submission of tenders and is available to download from www.etenders.gov.ie using RFT IP 148870
II.2)

Description

II.2.1)

Title

Laying & Jointing Materials (to BS 7533-12:2006)
Lot No:  2
II.2.2)

Additional CPV code(s)

24957200  -  Additives for cements, mortars or concretes
44110000  -  Construction materials
44111200  -  Cement
44111800  -  Mortar (construction)
II.2.3)

Place of performance

Main site or place of performance:  
Dublin City Council Administrative Area
II.2.4)

Description of the procurement

Laying and jointing material to be in accordance with BS 7533-12:2006.
Where reference is made in this tender document to a particular make, source, process, trademark, type or patent, 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 for reference purposes only, to which the words “or equivalent” will always be appended.
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Quality  /  Weighting:  30
Cost criterion  -  Name:  Price  /  Weighting:  70
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.2.14)

Additional information

Please consult the associated documentation, which contains full instructions regarding the submission of tenders and is available to download from www.etenders.gov.ie using RFT IP 148870
II.2)

Description

II.2.1)

Title

Bedding Mortar for Chambers and Gratings
Lot No:  3
II.2.2)

Additional CPV code(s)

24957200  -  Additives for cements, mortars or concretes
44110000  -  Construction materials
44111200  -  Cement
44111800  -  Mortar (construction)
II.2.3)

Place of performance

Main site or place of performance:  
Dublin City Council Administrative Area
II.2.4)

Description of the procurement

Bedding mortar for chambers and gratings shall comply with TII specification CC-SPW-00500 Series 500 Clause 507 Chambers point 17 .
Frames for chamber covers and gratings shall be set in cement mortar designation (i) complying with Clause 2404 or a proprietary quick setting mortar of equivalent strength. The mortar shall have the following properties:
(i) The material shall be non-shrink;
(ii) The material shall have a minimum workable life of 15 minutes;
(iii) The compressive strength of the material shall exceed 30N/mm2 in 3 hours;
(iv) The tensile strength of the material shall exceed 5N/mm2 in 3 hours;
(v) Easy to use
(vi) Containers/bags should not weigh more than 25kg
(vii) The product must have a Material Data Sheet and COSHH risk assessment.
Where reference is made in this tender document to a particular make, source, process, trademark, type or patent, 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 for reference purposes only, to which the words “or equivalent” will always be appended.In all such cases it should be understood that such indications are to be treated for reference purposes only, to which the words “or equivalent” will always be appended.
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Quality  /  Weighting:  30
Cost criterion  -  Name:  Price  /  Weighting:  70
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.2.14)

Additional information

Please consult the associated documentation, which contains full instructions regarding the submission of tenders and is available to download from www.etenders.gov.ie using RFT IP 148870

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Open procedure
IV.1.3)

Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement
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: 2019/S 091-218338

Section V: Award of contract

Contract No: 1

Title: Permanent Cold-Lay Surfacing Material

A contract/lot is awarded: no
V.1)

Information on non-award

The contract/lot is not awarded
Other reasons (discontinuation of procedure)

Section V: Award of contract

Contract No: 2

Title: Laying & Jointing Materials (to BS 7533-12:2006)

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

01/11/2019
V.2.2)

Information about tenders

Number of tenders received:  3
Number of tenders received from SMEs:  3
Number of tenders received by electronic means:  3
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

Meon Ireland
IE9540361B
Carrick House
Warrenpoint
48 Bridge Road, Burr
IE
Telephone: +353 018407647
Fax: +353 04830850088
Internet address: http://www.meondirect.com

The contractor is an SME : yes
V.2.4)

Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot:  18000.00  EUR

Section V: Award of contract

Contract No: 3

Title: Bedding Mortar for Chambers and Gratings

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

01/11/2019
V.2.2)

Information about tenders

Number of tenders received:  3
Number of tenders received from SMEs:  3
Number of tenders received by electronic means:  3
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

Emtek Ireland Ltd
3283325QH
UNIT 7 LISSUE INDUSTRIAL ESTATE
LISBURN
BT282RE
UK
Telephone: +353 02838348600
Internet address: http://www.emtek.co.uk

The contractor is an SME : yes
V.2.4)

Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot:  37500.00  EUR

Section VI: Complementary information

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.4.2)

Body responsible for mediation procedures

please consult your solictor
please consult your solictor
IE

VI.4.4)

Service from which information about the review procedure may be obtained

please consult your solictor
please consult your solictor
IE