Contract notice

Information

Published

Date of dispatch of this notice: 08/07/2022

Expire date: 12/08/2022

External Reference: 2022-267416

TED Reference: 2022/S 133-378128

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Dún Laoghaire-Rathdown County Council
County Hall, Marine Road
Dun Laoghaire
A96 K6C9
IE
Contact person: Gerry D'Arcy
Telephone: +353 12054700
NUTS code:  IE061 -  Dublin
Internet address(es):
Main address: http://www.dlrcoco.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=218008&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

Glenamuck District Roads Scheme
II.1.2)

Main CPV code

45233120  -  Road construction works
II.1.3)

Type of contract

Works
II.1.4)

Short description

DLRCC is seeking to establish a Single Party Framework Agreement for Major Civil Engineering Works with an initial contract for a works contractor to construct the Glenamuck District Roads Scheme (GDRS) comprising the following main elements;
• GDDR - approximately 890m of dual carriageway and 660m of two lane single carriageway road
• GLDR - approximately 1800m of single carriageway road
• Existing road upgrades
• New / upgraded Signalised Junctions
• Surface water drainage including sewers, culverts, a 12m span bridge and a number of significant storage ponds
•Foul sewers and Watermain infrastructure
•Landowner accommodation works including new boundaries, services, parking and landscaping
•HV ducting (110KV and 220KV) to facilitate future undergrounding
•Earthworks, public lighting, boundary treatments, traffic signals, retaining walls, landscaping, signs, road markings, new utilities and diversion/ protection of existing utilities and other miscellaneous works.
II.1.5)

Estimated total value

Value excluding VAT: 50000000.00  EUR
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

45112730  -  Landscaping work for roads and motorways
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
45232150  -  Works related to water-distribution pipelines
45232400  -  Sewer construction work
45233000  -  Construction, foundation and surface works for highways, roads
45233100  -  Construction work for highways, roads
45233125  -  Road junction construction work
45233161  -  Footpath construction work
45233162  -  Cycle path construction work
II.2.3)

Place of performance

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

Description of the procurement

DunLaoghaire Rathdown County Council are seeking to establish a single party framework agreement for civil engineering works related to the construction of new roads, junctions, traffic signals, cycle paths, footpaths, services, utilities, accommodation works, ponds and landscaping at Kilternan/Glenamuck in south Dublin.
The framework will be set up following an initial contract for the Glenamuck District Roads Scheme.
The form of contract will be PW-CF3 – Public Works Contract for Civil Works designed by the Employer. Additional contracts may be awarded under the other 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: 50000000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48
This contract is subject to renewal: no
II.2.9)

Information about the limits on the number of candidates to be invited

Maximum number: 6
Objective criteria for choosing the limited number of candidates:
As detailed in the RFT procurement documentation / Suitability Questionnaire available to download at www.e-tenders.gov.ie (ID 217758)
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: no
II.2.12)

Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
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

Refer to RFT procurement documentation available to download at www.e-tenders.gov.ie (ID 217758)

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 detailed in the RFT documentation / Suitability Questionnaire available to download at www.e-tenders.gov.ie (ID 217758)
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 detailed in the RFT documentation / Suitability Questionnaire available to download at www.e-tenders.gov.ie (ID 217758)
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 a single operator
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:  05/08/2022
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 : 9  (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

Refer to the procurement documentation available to download at www.e-tenders.gov.ie (ID 217758).
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.
3) Suppliers should note the following when making their submission:
• 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 2439277 (09:00am – 17:30pm GMT) . All queries must be submitted through the messaging facility on www.etenders.gov.ie.
4) All queries regarding this tender requirement or process must be submitted through the Irish Government Procurement Opportunities Portal www.etenders.gov.ie 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) 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.
11) 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 the Contracting Authority 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.
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 of notification.