Contract notice

Information

Published

Date of dispatch of this notice: 06/12/2021

Expire date: 31/01/2022

External Reference: 2021-229519

TED Reference: 2021/S 240-629095

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Limerick City and County Council
3267368TH
Merchant's Quay
Limerick
Co.Limerick
IE
Contact person: Ultan Heffernan
Telephone: +353 61951000
NUTS code:  IE051 -  Mid-West
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=203424&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

Limerick City and County Council, Multiparty Framework Agreement, Civil Works
II.1.2)

Main CPV code

45233100  -  Construction work for highways, roads
II.1.3)

Type of contract

Works
II.1.4)

Short description

Limerick City and County Council (LCCC) acting as a purchasing body is setting up a multi-supplier Framework Agreement ("the Framework Agreement") for the provision of Civil Works in relation to the development of Major National Road Schemes (Capital Cost >€20m) in which the Council is involved in within the City and County of Limerick.
It is the intention that LCCC will procure mini-competitions (calls-offs) from the Framework for civil enabling works contracts. Detailed technical requirements will be set out as part of each mini-competition for each of the individual Civil Works Contracts.
Refer to the Specification.
II.1.5)

Estimated total value

Value excluding VAT: 7500000.00  EUR
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

45000000  -  Construction work
45110000  -  Building demolition and wrecking work and earthmoving work
45111000  -  Demolition, site preparation and clearance work
45111100  -  Demolition work
45111200  -  Site preparation and clearance work
45111213  -  Site-clearance work
45111220  -  Scrub-removal work
45220000  -  Engineering works and construction works
45233120  -  Road construction works
45340000  -  Fencing, railing and safety equipment installation work
45342000  -  Erection of fencing
45421148  -  Installation of gates
65000000  -  Public utilities
65110000  -  Water distribution
77211300  -  Tree-clearing services
II.2.3)

Place of performance

NUTS code:  IE053 -  South-West
NUTS code:  IE051 -  Mid-West
NUTS code:  IE0 -  IRELAND
NUTS code:  IE -  IRELAND
Main site or place of performance:  
Limerick
II.2.4)

Description of the procurement

Limerick City and County Council (LCCC) acting as a purchasing body is setting up a multi-supplier Framework Agreement ("the Framework Agreement") for the provision of Civil Works in relation to the development of Major National Road Schemes (Capital Cost >€20m) in which the Council is involved in within the City and County of Limerick.
It is the intention that LCCC will procure mini-competitions (calls-offs) from the Framework for civil enabling works contracts. Detailed technical requirements will be set out as part of each mini-competition for each of the individual Civil Works Contracts.
The scope of the Civils Works Contract may include part or all of the following elements, with the specific requirements being provided within each Call-Off Contract: Establishing site access, fencing, Erection of gates, Hedgerow & vegetation clearance, Removal of existing walls & fencing, Provision of temporary traffic management, Locating existing utility services, Tree felling, Demolition of buildings, provision of hoarding to protect houses, Design and Construction of temporary haul road capable of transporting HGV’s/mobile cranes, Design and Construction of temporary watercourse crossings, Removal and disposal of Invasive Alien Species (IAS), Topsoil stripping, Watermain installation in roadway/verge to Irish Water Standards. Installation of a water booster pump station to Irish Water standards, Topsoil Stripping and ground reinstatement, Provision of hard standing areas, ESB Ducting installation, Creation of artificial badger setts, Installation of bat boxes, Liaison with LCCC and external bodies including Statutory Authorities, utility providers and landowners, attaining Third Party Approvals, mitigation of environmental and ecological impacts, Reporting and Acting as PSCS for the duration of the Contracts. Refer to the Specification.
II.2.5)

Award criteria

Criteria below
Price
II.2.6)

Estimated value

Value excluding VAT: 7500000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24
This contract is subject to renewal: yes
Description of renewals:  
The Framework Agreement has an anticipated duration of 2 years, with an option for the Contracting Authority to extend the duration, at its discretion, for two (2) further 1 year periods
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

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:  Refer to Tender Documents
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.2.3)

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

Open 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 several operators
Envisaged maximum number of participants to the framework agreement:  5
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:  24/01/2022
Local time:  14:00
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 : 6  (from the date stated for receipt of tender)
IV.2.7)

Conditions for opening of tenders

Date:  24/01/2022
Local time:  14:00

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.4)

Procedures for review

VI.4.1)

Review body

High Court of Ireland Four Courts,
Inns Quay Dublin 7,
Dublin
IE
Telephone: +353 18886000
Internet address: www.courts.ie