Contract notice

Information

Published

Date of dispatch of this notice: 28/09/2021

Expire date: 08/11/2021

External Reference: 2021-203311

TED Reference: 2021/S 191-493440

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Clonburris Infrastructure Ltd
3612818UH
Newtown House, Newtown, Eadestown
Naas
Co.Kildare
IE
Telephone: +353 14020114
NUTS code:  IE061 -  Dublin
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=197022&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

Other type:  special purpose vehicle to implement the strategic joint infrastructure works required to develop Clonburris SDZ in West Dublin.
I.5)

Main activity

Housing and community amenities

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Major Civil Engineering Works Contractor Frameworks
II.1.2)

Main CPV code

45000000  -  Construction work
II.1.3)

Type of contract

Works
II.1.4)

Short description

Clonburris Infrastructure Ltd (The Contracting Authority) is seeking to establish a multi-party framework agreement for Major Civil Engineering Works Contractor Frameworks (Large Works Plus €2million)). The successful framework members will also provide M&E specialist works for wastewater pumping station(s), landscaping specialist works for strategic parks, Traffic signals specialist works, public lighting specialist works and playground specialist works and small building/park pods works
II.1.5)

Estimated total value

Value excluding VAT: 150000000.00  EUR
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

45200000  -  Works for complete or part construction and civil engineering work
45210000  -  Building construction work
45211000  -  Construction work for multi-dwelling buildings and individual houses
45211100  -  Construction work for houses
45221100  -  Construction work for bridges
45221110  -  Bridge construction work
45221111  -  Road bridge construction work
45221112  -  Railway bridge construction work
45221113  -  Footbridge construction work
45231000  -  Construction work for pipelines, communication and power lines
45231100  -  General construction work for pipelines
45231300  -  Construction work for water and sewage pipelines
45231400  -  Construction work for electricity power lines
45231600  -  Construction work for communication lines
45232400  -  Sewer construction work
45232411  -  Foul-water piping construction work
45232423  -  Sewage pumping stations construction work
45232424  -  Sewage outfall construction work
45232440  -  Construction work for sewage pipes
45232450  -  Drainage construction works
45232453  -  Drains construction work
45233000  -  Construction, foundation and surface works for highways, roads
45233100  -  Construction work for highways, roads
45233120  -  Road construction works
45233121  -  Main road construction works
45233122  -  Ring road construction work
45233123  -  Secondary road construction work
45233124  -  Trunk road construction work
45233125  -  Road junction construction work
45233126  -  Grade-separated junction construction work
45233127  -  T-junction construction work
45233128  -  Roundabout construction work
45233129  -  Crossroad construction work
45233130  -  Construction work for highways
45233140  -  Roadworks
45233161  -  Footpath construction work
45233162  -  Cycle path construction work
45233224  -  Dual carriageway construction work
45233225  -  Single carriageway construction work
45233226  -  Access road construction work
45233227  -  Slip road construction work
45262600  -  Miscellaneous special-trade construction work
II.2.3)

Place of performance

NUTS code:  IE061 -  Dublin
II.2.4)

Description of the procurement

Clonburris Infrastructure Ltd (The Contracting Authority) is seeking to establish a multi-party framework agreement for Major Civil Engineering Works Contractor Frameworks (Large Works Plus €2million)). The successful framework members will also provide M&E specialist works for wastewater pumping station(s), landscaping specialist works for strategic parks, Traffic signals specialist works, public lighting specialist works and playground specialist works and small building/park pods works.
It is anticipated that the framework will be set up of foot of an initial contract for the Stage 1 Infrastructure Package). The Stage 1 Infrastructure Package involves the construction of circa 5km of road construction and associated trunk infrastructure to serve the Clonburris Strategic Development Zone lands to the south of the Kildare/Cork Railway Line. The proposed road connects from the R120 Newcastle Road to the Ninth Lock Road with proposed intersections with the R136 Grange Castle Road and the R113 Font Hill
Road. The proposed road will provide access for vehicular traffic, pedestrians, cyclists and public transport to the Clonburris SDZ lands to the South of the Kildare/Cork Railway Line. The scheme includes the conversion of roundabout junctions at the R136 and R113 to signalised multi-lane junctions. The proposed water, wastewater, surface water, attenuation areas, public lighting, verge/attenuation landscaping and utility trunk infrastructure will serve the proposed street and future development of the Clonburris SDZ lands to the South of the Kildare/Cork Railway Line
The form of Contract for the Initial Contract is anticipated to be PW-CF3 – Public Works Contract for Civil Works designed by the Employer. It is envisaged that additional Contracts to be awarded under this framework may be PW-CF3, or PW-CF1 or any other contract under the CWMF suite of contracts. The Contracting Authority reserves the right to use any other form of contract as it sees fit.
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: 150000000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 84
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: 10
Objective criteria for choosing the limited number of candidates:
As set out in the procurement documentation available to download from www.etenders.gov.ie using RFT ID 197986
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 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 ID 197986

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 stated in the procurement documentation available to download from www.etenders.gov.ie using RFT ID 197986
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 stated in the procurement documentation available to download from www.etenders.gov.ie using RFT ID 197986
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

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 several operators
Envisaged maximum number of participants to the framework agreement:  6
In the case of framework agreements, provide justification for any duration exceeding 4 years:  In accordance with Art 33 of Directive 2014/24/EU
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 : no
IV.2)

Administrative information

IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  29/10/2021
Local time:  12:00
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.3)

Additional information

1) Interested parties must register their interest on the eTenders web site (www.etenders.gov.ie) in order to be included on the mailing list for clarifications. All information relating to attachments, including clarifications and changes, will be published on the Irish Government Procurement Opportunities Portal (www.etenders.gov.ie) only. Registration is free of charge. The contracting authority will not accept responsibility for information relayed (or not relayed) via third parties;
2) 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.
3) 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:197986) 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) This is the sole call for competition for this contract/framework.
6) The contracting authority will not be responsible for any costs, charges or expenses incurred by candidates or tenderers.
7) Contract award will be subject to the approval of the competent authorities.
8) It will be a condition of award that the successful tenderer is and remains tax compliant.
9) At its 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.
10) 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.
11) Without prejudice to the principle of equal treatment, the contracting authority is not obliged to engage in a clarification process in respect of the procurement documents with missing or incomplete information. Therefore, respondents are advised to ensure that they return completed documentation in order to avoid the risk of elimination from the competition.
12) At Section II.2.9 we have indicated that 10 will be invited to tender, please note that the contracting authority reserves the right to invite at least 10 subject to that number qualifying.
13) The Contracting Authority reserve the right to award further contracts under this framework using the Competitive Procedure with Negotiation as outlined in the attached procurement documentation
VI.4)

Procedures for review

VI.4.1)

Review body

High Court
Dublin
IE

VI.4.3)

Review procedure

Precise information on deadline(s) for review procedures: 
The framework is covered by the application of the Remedies Directive and the relevant standstill period applied at time of notification.