Contract notice

Information

Published

Date of dispatch of this notice: 19/03/2021

Expire date: 27/05/2021

External Reference: 2021-234304

TED Reference: 2021/S 058-145576

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: Conor Lynch
NUTS code:  IE06 -  Eastern and Midland
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=183967&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

Body governed by public law
I.5)

Main activity

General public services

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Royal Canal Greenway Phase 3
Reference number:  RFT 185616
II.1.2)

Main CPV code

45200000  -  Works for complete or part construction and civil engineering work
II.1.3)

Type of contract

Works
II.1.4)

Short description

The project consists of a Greenway route along the bank of the Royal Canal over an approximate 2.1km length between North Strand Rd (Newcomen Br) and Phibsborough Rd (Cross Guns Br).
Further details are provided in the tender documentation and RFT 185616 available on www.etenders.gov.ie
II.1.5)

Estimated total value

Value excluding VAT: 11000000.00  EUR
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

45210000  -  Building construction work
45220000  -  Engineering works and construction works
45221000  -  Construction work for bridges and tunnels, shafts and subways
45221100  -  Construction work for bridges
45221110  -  Bridge construction work
45221111  -  Road bridge construction work
45221220  -  Culverts
45230000  -  Construction work for pipelines, communication and power lines, for highways, roads, airfields and railways; flatwork
45231110  -  Pipelaying construction work
45231221  -  Gas supply mains construction work
45231300  -  Construction work for water and sewage pipelines
45232440  -  Construction work for sewage pipes
45233100  -  Construction work for highways, roads
45233161  -  Footpath construction work
45233162  -  Cycle path construction work
45233290  -  Installation of road signs
45233294  -  Installation of road signals
45262210  -  Foundation work
45262310  -  Reinforced-concrete work
45262522  -  Masonry work
50232110  -  Commissioning of public lighting installations
II.2.3)

Place of performance

NUTS code:  IE061 -  Dublin
NUTS code:  IE05 -  Southern
Main site or place of performance:  
Dublin City Council Administrative Area
II.2.4)

Description of the procurement

The project consists of a Greenway route along the bank of the Royal Canal over an approximate 2.1km length between North Strand Rd (Newcomen Br) and Phibsborough Rd (Cross Guns Br).
The key aspects of the project can be summarised as follows:
• Construction of a dedicated cycle track and footpath, segregated by a slight level difference;
• The route follows the existing tow paths which will require localised widening. In particular, two sections of the existing tow path will require the installation of a significant length of sheet piles in the canal to facilitate the required widening.
The project involves a number of new structures including:
• A retained earth structure from the tow path to footpath level at Phibsborough Rd;
• A new steel bridge crossing the canal adjacent to Lock Gate 3;
• New concrete ramps;
• New concrete structural ramps/bridges;
• Various minor concrete, masonary and retained earth structures;
Includes 5 no. new signalised toucan crossings or junction signal upgrades to be provided Associated ducting, chambers and cabinets also to be provided as part of the works and Infrastructure as follows;
• Infrastructure for a proposed ESB Networks 110kV circuit is to be provided along the length of the route which include 5 no. ducts and junction bays to facilitate future pulling of cables;
• Replacement of existing public lighting heads along the entire route and associated lighting columns, pole retention sockets, ducting, chambers, ESB mini pillars and power supply connections;
• Replacement of CCTV infrastructure along the entire route
• Installation of 4 no. additional ducts along the entire route;
• A services crossing of the canal at a point east of Lock Gate 3 which is expected to require temporary damming of a short section of the canal.
Removal of existing services including:
• 1.5km of existing gas main and 2.1km of existing CCTV ducting
• The route requires a section of cut into the existing ground level with gas main diversion
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: 11000000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 25
This contract is subject to renewal: no
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

Please refer to tender documents available to download from www.etenders.gov.ie using RFT ID 18561.

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 consult Suitability Assessment Questionnaire available to download from www.etenders.gov.ie using RFT ID 185616.
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

Please consult Suitability Assessment Questionnaire available to download from www.etenders.gov.ie using RFT ID 185616.

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Open procedure
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:  06/05/2021
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 : 6  (from the date stated for receipt of tender)
IV.2.7)

Conditions for opening of tenders

Date:  06/05/2021
Local time:  12:00
Place:  
The date and time for opening tenders set out above may change at the discretion of Dublin City Council.

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.3)

Additional information

Please note due to the current COVID-19 pandemic, facilitation of all meetings, site visits, clarification meetings, & assessments of samples, etc. (as applicable) is severely impacted. Where possible DCC will put in place alternative arrangements such as on-line meetings, etc. Likewise, anticipated dates (closing date for receipt of clarifications or tender submissions) may change. Suppliers will be kept fully up to date at all stages through the eTenders messaging system.
1. Suppliers must register their interest on the Irish Government procurement opportunities portal www.etenders.gov.ie in order to be included on the mailing list for clarifications.
2. Please note that all information relating to attachments, including clarifications & changes, will be published on www.etenders.gov.ie only. Registration is free of charge. DCC will not accept responsibility for information relayed (or not relayed) via third parties.
3. Emailed/faxed/late tenders will not be accepted.
4. Suppliers should note the following when making their submission:
• To enable submission of multiple documents concurrently, download & install the ‘Upload Manager ActiveX’ facility to your eTenders user profile.
• When using the ‘Upload Manager’ facility do not use the ‘Schedule’ option.
• Instead, use only the ‘Upload’ option, which will enable monitoring of the upload.
• Suppliers who do not use the Upload Manager can upload individual files, however please ensure to allow sufficient time for upload.
• There is a maximum upload limit of 2GB per file. Documents larger than this should be divided into smaller files prior to upload.
• In order to submit a document to the electronic postbox, please note that you must click “Submit Response”. After submitting a response, the response may be modified and re-submitted as many times as may be necessary until the RFT deadline has expired. Suppliers should be aware that the “Submit Response” button will be disabled automatically upon expiration of the response deadline.
• Suppliers must ensure that they give themselves sufficient time to upload & submit all required documentation before the submission deadline. Suppliers should take into account the fact that upload speeds vary.
• If you experience difficulty when uploading documents please contact eTenders Support Desk for technical assistance. Email etenders@eu-supply.com or Telephone: 353 (0) 21 243 92 77 (09:00am – 17:30pm GMT)
5. All queries must be submitted through the messaging facility on www.etenders.gov.ie. RFT ID: 185616, and must be in question format. Responses will be circulated to those that have registered an interest in this notice on 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 26/04/2021 at 17.00hrs (Irish Time) 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.
7. Refer to document 'Additional Information' which is available to download from www.etenders.gov.ie using RFT ID 185616 for further 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 Solicitor
Dublin
IE

VI.4.4)

Service from which information about the review procedure may be obtained

Please Consult Your Solicitor
Dublin
IE