Contract notice

Information

Published

Date of dispatch of this notice: 07/09/2022

Expire date: 14/10/2022

External Reference: 2022-215578

TED Reference: 2022/S 175-494495

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: Alan Kenny
Telephone: +353 012223611
NUTS code:  IE061 -  Dublin
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=221910&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 residential works projects with a value range between €5,000,000 – 25,000,000 for Dublin City Council.
Reference number:  H00079
II.1.2)

Main CPV code

45000000  -  Construction work
II.1.3)

Type of contract

Works
II.1.4)

Short description

Multi-Party Framework Agreement for residential works projects with a value range between €5,000,000 – 25,000,000 for Dublin City Council. Stage 2- Tender Housing Project, Infirmary Road, Dublin 7. Projects to be delivered under the framework may include, new build, refurbishment and retrofit residential projects with an estimated value range between €5,000,000 - €25,000,000.
II.1.5)

Estimated total value

Value excluding VAT: 152000000.00  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
II.2.3)

Place of performance

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

Description of the procurement

Multi-Party Framework Agreement for residential works projects with a value range between €5,000,000 – 25,000,000 for Dublin City Council. Stage 2- Tender Red House Square Housing Project, Infirmary Road, Dublin 7. The projects to be delivered under the framework may include, new build, refurbishment and retrofit residential projects with an estimated value range between €5,000,000 - €25,000,000.
The Infirmary Road social housing development consists of 38 no. housings units, located in two buildings which encloses a landscaped courtyard with play area and cycle parking spaces. The larger L-shaped five storey building lies behind the wall on Montpelier Hill / Infirmary Road and turns to form an avenue leading to the former Married Quarters building (Protected Structures). It contains four own door duplex homes at ground level with private gardens backing on to the protected wall, and 22 apartments, providing a mixture of 1 and 2 bedroom accommodation. The smaller three storey building lies on the northern edge of the lower site and contains one bedroom apartments with three bed family duplex’s above with a private garden to the rear. The works consist of remedial works to the existing boundary Walls and Gateways (Protected Structures), reducing the height of the protected wall to Montpelier Hill boundary, and structural stabilising works where new buildings abut the protected walls. A new single storey ancillary building at the existing eastern gateway on Montpelier Hill contains an ESB substation, plant room and refuse store.
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: 152000000.00  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: 15
Objective criteria for choosing the limited number of candidates:
At Stage 1, Applicants will be assessed and short listed based on their response to the suitability criteria set out in the Suitability Assessment Questionnaire and Supplements, a maximum number of 15 nr. successful Applicants, meeting all the suitability criteria and scoring the most marks against the qualitative criteria, will become Candidates. Prior to shortlisting for Stage 2, Candidates will be required to provide evidence of suitability.
At Stage 2, Candidates will be invited to tender for the Infirmary Road Housing Project.
It is intended that initial contract for Infirmary Road will be awarded to the admissible Tender scoring the highest marks against the award criteria. 8 nr. tenders meeting minimum scoring requirements and scoring the most marks against the Tender Award criteria set out in the Instructions to Tenderers will become Participants on the Framework.
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 the Suitability Assessment Questionnaire.
III.1.2)

Economic and financial standing

List and brief description of selection criteria:  
Refer to the Suitability Assessment Questionnaire.
Minimum level(s) of standards possibly required:  
Refer to the Suitability Assessment Questionnaire.
III.1.3)

Technical and professional ability

List and brief description of selection criteria:  
Refer to the Suitability Assessment Questionnaire.
Minimum level(s) of standards possibly required:  
Refer to the Suitability Assessment Questionnaire.
III.2)

Conditions related to the contract

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Restricted 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:  8
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:  07/10/2022
Local time:  17:00
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

Tender must be valid until:  21/07/2023

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
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