Contract notice

Information

Published

Date of dispatch of this notice: 16/12/2022

Expire date: 24/02/2023

External Reference: 2022-222217

TED Reference: 2022/S 246-713660

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
D08 RF3F
IE
Contact person: Peter Muller
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=204833&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

Multi-party Framework Agreement for Bridge Operation and Maintenance Works of Movable Bridges in Dublin City, established on foot of an initial contract for the Samuel Beckett Bridge
Reference number:  RFT ID: 205392
II.1.2)

Main CPV code

45221100  -  Construction work for bridges
II.1.3)

Type of contract

Works
II.1.4)

Short description

Dublin City Council invites tenders from suitably qualified Works Contractors to carry out the Operation and Maintenance of movable bridges in Dublin City. Dublin City Council has a number of movable bridges in its charge with varying ages, types of construction (such as swing, bascule) and materials (such as cable stayed, steel, reinforced concrete and pre-stressed concrete). The bridges span various waterways around the city and are key infrastructural assets that require an active management system to prevent loss of service. Currently Operation and Maintenance of the bridges is carried out through contracts that include mechanical, electrical and civil works.
Dublin City Council proposes to establish a four year Multi Party Framework Agreement with up to five economic operators for bridge operations and maintenance works of movable bridges in Dublin City on foot of an initial five year contract for the Operation and Maintenance of the Samuel Beckett Bridge.
II.1.5)

Estimated total value

Value excluding VAT: 6000000.00  EUR
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

45221110  -  Bridge construction work
45221111  -  Road bridge construction work
45221113  -  Footbridge construction work
45221115  -  Construction work for steel bridges
45233141  -  Road-maintenance works
45259000  -  Repair and maintenance of plant
50230000  -  Repair, maintenance and associated services related to roads and other equipment
50324200  -  Preventive maintenance services
63712310  -  Bridge operating services
71334000  -  Mechanical and electrical engineering services
71631450  -  Bridge-inspection services
II.2.3)

Place of performance

NUTS code:  IE061 -  Dublin
Main site or place of performance:  
Dublin
II.2.4)

Description of the procurement

Dublin City Council invites tenders from suitably qualified Works Contractors to carry out the Operation and Maintenance of movable bridges in Dublin City. Dublin City Council has a number of movable bridges in its charge with varying types of construction (such as swing, bascule) and materials (such as cable stayed, steel, reinforced concrete and pre-stressed concrete). Although the bridge ages vary they all span the various waterways around the city and are key infrastructural assets that require an active management system to prevent loss of service. Currently, the Operations & Maintenance of the bridges is carried out through a variety of separate Contracts that includes mechanical, electrical control systems and civils components. Bridge operations (opening/closing) to accommodate occasional ship traffic to the section of river upstream of the bridges are carried out as required and requested by Dublin Port.
Dublin City Council (the Contracting Authority) wishes to establish a four year multi-party framework agreement with up to five economic operators (subject to the quality and number of applications received) for bridge operations and maintenance works of movable bridges in Dublin City. The framework will be established on foot of an initial five year contract for the Operation and Maintenance of the Samuel Beckett Bridge.
Dublin City Council’s proposed procurement strategy in respect of future operation and maintenance requirements for the Samuel Beckett Bridge includes for the provision of two separate contracts of a five year duration and both running in parallel with each other, as follows:
• Main Operation and Maintenance Contract (covered by this RFT) – covers the majority of operation and maintenance requirements except maintenance relating to the control system software.
• Control System Software Contract (not covered by this RFT) – covers maintenance of the bespoke control system software developed for the bridge and support during openings and operation of the bridge.
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: 6000000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 60
This contract is subject to renewal: yes
Description of renewals:  
The duration of the initial contract for the Samuel Beckett Bridge will be for a period of 60 months with the option for the Contracting Authority to extend by two separate periods, each of up to 12 months.
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: yes
Description of options:
The duration of the initial contract for the Samuel Beckett Bridge will be for a period of 60 months with the option for the Contracting Authority to extend by two separate periods, each of up to 12 months. The optional extensions are purely at the discretion of the contracting authority, and are subject to satisfactory performance, budget availability, ongoing business need, and relevant approvals.
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

For further information please refer to tender documentation, which contains full instructions regarding the submission of tenders and is available to download from www.etenders.gov.ie using RFT 205392.

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 205392.
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.2.1)

Previous publication concerning this procedure

Notice number in the OJ S: 2014/S 101-175828
IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  03/02/2023
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 : 12  (from the date stated for receipt of tender)
IV.2.7)

Conditions for opening of tenders

Date:  03/02/2023
Local time:  12:00
Information about authorised persons and opening procedure:  
The date, time and place for opening of tenders 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.2)

Information about electronic workflows

Electronic invoicing will be accepted
Electronic payment will be used
VI.3)

Additional information

Please note due to the current COVID-19 pandemic, facilitation of all meetings, information day, site visits, clarification meetings, etc. (as applicable) is severely impacted. Where possible Dublin City Council 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@eusupply.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: 205392, 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 12 noon 20th January 2023 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’ available to download from www.etenders.gov.ie using RFT ID 205392 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

Consult legal advisor.
Consult legal advisor.
IE

VI.4.3)

Review procedure

Precise information on deadline(s) for review procedures: 
The framework agreement is covered by the application of the Remedies Directive and the relevant standstill period applied at time of notification.
VI.4.4)

Service from which information about the review procedure may be obtained

Consult legal advisor.
Consult legal advisor.
IE