Contract notice

Information

Published

Date of dispatch of this notice: 09/07/2020

Expire date: 17/08/2020

External Reference: 2020-257148

TED Reference: 2020/S 134-328252

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Waterford City and County Council
3263046AH
City Hall, The Mall
Waterford
Co.Waterford
IE
Contact person: Ian Fitzpatrick
Telephone: +353 51849520
Internet address(es):
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=168317&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

Bilberry to City Centre Greenway Link - Civil Works Contract
Reference number:  WCCC 20/211
II.1.2)

Main CPV code

45220000  -  Engineering works and construction works
II.1.3)

Type of contract

Works
II.1.4)

Short description

Improvements to the 2.1 Km section of existing Greenway from the Bilberry Car Park to the Clock Tower at Waterford City Centre, works will comprise a combination of the following:
1. 1.6 Km's of 4m wide Greenway along an existing road, and 0.5kms of 6m wide Greenway parallel to an existing Quay Flood Wall.
2. Construction of 2 x 4m wide Board Walk structures approximately 150m each in length.
3. Boundary treatment comprising a combination of RC retaining walls, 'perma crib' type walls, stone faced walls and earth embankments.
4. Traffic signal and lane alterations works at the Rice Bridge / Bridge st Junction.
5. Improvements to Public Lighting.
6. Utility diversions (ESB, GNI, Water, Foul and Surface Water, Telecoms, and under grounding of O/H's)
7. Road drainage improvements.
8. Road realignment, reinstatement and lining.
9. Paving works including exposed aggregate, limestone/granite slabs/blocks/setts.
10. All other associated ancillary works
II.1.5)

Estimated total value

Value excluding VAT: 6700000.00  EUR
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

44212400  -  Piling
45000000  -  Construction work
45221113  -  Footbridge construction work
45222000  -  Construction work for engineering works except bridges, tunnels, shafts and subways
45223000  -  Structures construction work
45223210  -  Structural steelworks
45231300  -  Construction work for water and sewage pipelines
45232411  -  Foul-water piping construction work
45232450  -  Drainage construction works
45233120  -  Road construction works
45233161  -  Footpath construction work
45233162  -  Cycle path construction work
45233260  -  Pedestrian ways construction work
II.2.3)

Place of performance

Main site or place of performance:  
Waterford
II.2.4)

Description of the procurement

Improvements to the 2.1 Km section of existing Greenway from the Bilberry Car Park to the Clock Tower at Waterford City Centre, works will comprise a combination of the following:
1. 1.6 Km's of 4m wide Greenway along an existing road, and 0.5kms of 6m wide Greenway parallel to an existing Quay Flood Wall.
2. Construction of 2 x 4m wide Board Walk structures approximately 150m each in length.
3. Boundary treatment comprising a combination of RC retaining walls, 'perma crib' type walls, stone faced walls and earth embankments.
4. Traffic signal and lane alterations works at the Rice Bridge / Bridge st Junction.
5. Improvements to Public Lighting.
6. Utility diversions (ESB, GNI, Water, Foul and Surface Water, Telecoms, and under grounding of O/H's)
7. Road drainage improvements.
8. Road realignment, reinstatement and lining.
9. Paving works including exposed aggregate, limestone/granite slabs/blocks/setts.
10. All other associated ancillary works such as service ducts, road signs, .and way-finding signage.
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: 6700000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 15
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:
As per SAQ
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.2.14)

Additional information

As per requirements of RFQ or RFT

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 per SAQ
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 per SAQ

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 a single operator
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:  10/08/2020
Local time:  15:00
IV.2.3)

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

Date: 23/09/2020
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)

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.2)

Information about electronic workflows

Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.4)

Procedures for review

VI.4.1)

Review body

High Court
Chief Registrar, The Four Courts, Inns Quay, Chief Registrar, The Four Courts
Dublin
IE

VI.4.3)

Review procedure

Precise information on deadline(s) for review procedures: 
As per Tender Documents