Contract notice

Information

Published

Date of dispatch of this notice: 17/02/2023

Expire date: 28/04/2023

External Reference: 2023-232761

TED Reference: 2023/S 038-112043

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: John Cryan
Telephone: +353 2226457
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=234386&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

CONTRACT FOR WORKS FOR THE FITZWILLIAM CYCLE ROUTE SCHEME
Reference number:  DCC 17 0008
II.1.2)

Main CPV code

45233162  -  Cycle path construction work
II.1.3)

Type of contract

Works
II.1.4)

Short description

Re-configuration of existing carriageway and construction of cycle facilities along the extents of the scheme. Works are located at Leeson Street Lower, Adelaide Road, Leeson St/Adelaide Road junction, Cumberland Road, Fitzwilliam Place, Fitzwilliam Square East, North, South, Baggot Street Lower, Fitzwilliam Street Upper and Lower, Merrion Square East, North, South, Mount Street Upper, Lower and Holles Street. Works include pavement works, earthworks, public lighting, traffic signs and road markings, drainage works, traffic signals, watermain works, kerbs, footways and paved areas, utility works and landscaping. Works are expected to commence August 2023 with a contract duration of 12 months.
II.1.5)

Estimated total value

Value excluding VAT: 10250000.00  EUR
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

44110000  -  Construction materials
44113000  -  Road-construction materials
44190000  -  Miscellaneous construction materials
45000000  -  Construction work
45200000  -  Works for complete or part construction and civil engineering work
45211360  -  Urban development construction work
45213316  -  Installation works of walkways
45220000  -  Engineering works and construction works
45222000  -  Construction work for engineering works except bridges, tunnels, shafts and subways
45231000  -  Construction work for pipelines, communication and power lines
45231100  -  General construction work for pipelines
45231110  -  Pipelaying construction work
45231113  -  Pipeline relaying works
45231300  -  Construction work for water and sewage pipelines
45232151  -  Water-main refurbishment construction work
45232450  -  Drainage construction works
45232453  -  Drains construction work
45233000  -  Construction, foundation and surface works for highways, roads
45233100  -  Construction work for highways, roads
45233120  -  Road construction works
45233125  -  Road junction construction work
45233161  -  Footpath construction work
45233262  -  Pedestrian zone construction work
II.2.3)

Place of performance

NUTS code:  IE061 -  Dublin
II.2.4)

Description of the procurement

Re-configuration of existing carriageway and construction of cycle facilities along the extents of the scheme. Works are located at Leeson Street Lower, Adelaide Road, Leeson St/Adelaide Road junction, Cumberland Road, Fitzwilliam Place, Fitzwilliam Square East, North, South, Baggot Street Lower, Fitzwilliam Street Upper and Lower, Merrion Square East, North, South, Mount Street Upper, Lower and Holles Street. Works include pavement works, earthworks, public lighting, traffic signs and road markings, drainage works, traffic signals, watermain works, kerbs, footways and paved areas, utility works and landscaping. Works are expected to commence August 2023 with a contract duration of 12 months.
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: 10250000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 12
This contract is subject to renewal: no
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.1.2)

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

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Open procedure
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:  14/04/2023
Local time:  12:00
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English
IV.2.7)

Conditions for opening of tenders

Date:  14/04/2023
Local time:  12:00

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 consider 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) 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

The High Court
Chief Registrar, High Court, Inns Quay
Dublin
Dublin 7
IE
Telephone: +353 18886000

VI.4.3)

Review procedure

Precise information on deadline(s) for review procedures: 
In accordance with SI 130-Public Sector Remedies Legislation