Contract notice

Information

Published

Date of dispatch of this notice: 08/09/2022

Expire date: 10/10/2022

External Reference: 2022-231268

TED Reference: 2022/S 176-497021

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Waterways Ireland
N/A
Grand Canal Quay
Dublin
D02 ET38
IE
Contact person: Mairin O Cuireain
Telephone: +353 873665009
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=222983&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

Body governed by public law
I.5)

Main activity

Recreation, culture and religion

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Multi-Party Framework Agreement for Works Contractors in relation to Public Realm Improvement Projects in the Dublin Metro Area
II.1.2)

Main CPV code

45453100  -  Refurbishment work
II.1.3)

Type of contract

Works
II.1.4)

Short description

Waterways Ireland are seeking to establish a Multi-Party Framework Agreement for Works Contractors in relation to Public Realm Improvement Projects in the Dublin Metro Area (Royal and Grand Canals and lands in the SDCC, Fingal and DCC area) including but not limited to hard and soft landscaping works, street furniture, wayfinding and any associated works.
It is intended that the Framework Agreement will be awarded on foot of an initial contract for the upgrade of the public realm along the North side of the canal at Charlemont Place, Dublin 2. The area is approximately 605m2 in total and is bordered by the Canal on the Southern side, a bridge to the West, a footpath to North and a Luas stop on the East. Currently there is a grassed bank with a number of trees and a host of service kiosks and presently hosts a temporary art exhibition.
Please refer to the Competition Summary for more details
II.1.5)

Estimated total value

Value excluding VAT: 10000000.00  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
45220000  -  Engineering works and construction works
45233161  -  Footpath construction work
45233253  -  Surface work for footpaths
45233340  -  Foundation work for footpaths
45453000  -  Overhaul and refurbishment work
45453100  -  Refurbishment work
71420000  -  Landscape architectural services
71421000  -  Landscape gardening services
90721100  -  Landscape protection services
II.2.3)

Place of performance

NUTS code:  IE061 -  Dublin
II.2.4)

Description of the procurement

Waterways Ireland are seeking to establish a Multi-Party Framework Agreement for Works Contractors in relation to Public Realm Improvement Projects in the Dublin Metro Area (Royal and Grand Canals and lands in the SDCC, Fingal and DCC area) including but not limited to hard and soft landscaping works, street furniture, wayfinding and any associated works.
It is intended that the Framework Agreement will be awarded on foot of an initial contract for the upgrade of the public realm along the North side of the canal at Charlemont Place, Dublin 2. The area is approximately 605m2 in total and is bordered by the Canal on the Southern side, a bridge to the West, a footpath to North and a Luas stop on the East. Currently there is a grassed bank with a number of trees and a host of service kiosks and presently hosts a temporary art exhibition.
Please refer to the Competition Summary for more details
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: 10000000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48
This contract is subject to renewal: yes
Description of renewals:  
The period of the framework agreement will be four (4) years. For the avoidance of doubt, the period for delivery of any contracts awarded under the framework may extend beyond the date of expiry of the framework agreement.
II.2.9)

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

Envisaged number of candidates: 8
Objective criteria for choosing the limited number of candidates:
It is envisaged that the top eight (8) scoring Applicants (subject to the quality and number of Suitability Assessment Questionnaires (SAQs) received) who also meet the minimum criteria and rules for selection will be invited to tender
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 applications/tenders available to download from www.etenders.gov.ie using RFT ID No 222433

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 the associated documentation which contains full instructions regarding the submission of applications/tenders available to download from www.etenders.gov.ie using RFT ID No 222433
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

Please consult the associated documentation which contains full instructions regarding the submission of applications/tenders available to download from www.etenders.gov.ie using RFT ID No 222433
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

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:  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:  10/10/2022
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 : 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.
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) 5. 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)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.
VI.4)

Procedures for review

VI.4.1)

Review body

High Court
Inns Quay Dublin 7
Highcourtcentraloffice@courts.ie
IE

VI.4.3)

Review procedure

Precise information on deadline(s) for review procedures: 
The contract / framework is covered by the application of the Remedies Directive and SI 130 (Public Sector) and the relevant standstill period applied at time of notification.