Contract award notice

Information

Published

Date of dispatch of this notice: 12/12/2023

External Reference: 2023-243661

TED Reference: 2023/S 242-759058

Contract award notice

Contract award notice

Results of the procurement procedure

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: Hughie McNelis
NUTS code:  IE061 -  Dublin
Internet address(es):
Main address: www.dublincity.ie

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

Public realm improvements works to Barrow Street for an area extending from the Grand Canal Street Upper to the junction with Ringsend Road, Dublin 4
Reference number:  3428 Barrow Street Public Realm
II.1.2)

Main CPV code

45000000  -  Construction work
II.1.3)

Type of contract

Works
II.1.4)

Short description

Dublin City Council seeks to award a contract for works that will comprise of the following Public Realm Improvement works:
• Introduction of traffic calming measures;
• Widening of footpaths and provision of improved pedestrian crossing points.
• Resurfacing of carriageway and footpaths.
• Provision of cycle parking and cycle stands;
• Improvements to the public realm to facilitate the disabled, visually impaired and elderly including the introduction of guidance strips, marked crossings and dished kerbs.
• Revised parking, loading bay arrangements and taxi stand facilities.
• Provision of new street lighting, street furniture including seats and bins etc.
• Introduction of new soft landscaping measures including planting and trees.
• Provision of appropriate directional signage and markings
• All necessary service, utility and associated works.
The contract duration is estimated to be 16 months.
II.1.6)

Information about lots

This contract is divided into lots: no
II.1.7)

Total value of the procurement

Value excluding VAT:  4658593.00  EUR
II.2)

Description

II.2.2)

Additional CPV code(s)

45200000  -  Works for complete or part construction and civil engineering work
45220000  -  Engineering works and construction works
45231000  -  Construction work for pipelines, communication and power lines
45233000  -  Construction, foundation and surface works for highways, roads
45233100  -  Construction work for highways, roads
45233120  -  Road construction works
45233160  -  Paths and other metalled surfaces
45233200  -  Various surface works
45233220  -  Surface work for roads
45233290  -  Installation of road signs
45233300  -  Foundation work for highways, roads, streets and footpaths
II.2.3)

Place of performance

NUTS code:  IE061 -  Dublin
II.2.4)

Description of the procurement

Dublin City Council seeks to award a contract for works that will comprise of the following Public Realm Improvement works:
• Introduction of traffic calming measures;
• Widening of footpaths and provision of improved pedestrian crossing points.
• Resurfacing of carriageway and footpaths.
• Provision of cycle parking and cycle stands;
• Improvements to the public realm to facilitate the disabled, visually impaired and elderly including the introduction of guidance strips, marked crossings and dished kerbs.
• Revised parking, loading bay arrangements and taxi stand facilities.
• Provision of new street lighting, street furniture including seats and bins etc.
• Introduction of new soft landscaping measures including planting and trees.
• Provision of appropriate directional signage and markings
• All necessary service, utility and associated works.
The site includes Barrow Street Railway Bridge, protected structure RPS ref. No. 878. No works are proposed to the protected structure as part of these works
The contract duration is estimated to be 16 months.
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Proposed Programme  /  Weighting:  5
Quality criterion  -  Name:  Proposed Granite Paving Methodology  /  Weighting:  25
Quality criterion  -  Name:  Proposed Methodology  /  Weighting:  10
Quality criterion  -  Name:  Proposed Traffic and pedestrian management  /  Weighting:  10
Cost criterion  -  Name:  Comparative cost  /  Weighting:  50
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 tenders and is available to download from www.etenders.gov.ie using RFT ID 240768

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 : no
IV.2)

Administrative information

IV.2.1)

Previous publication concerning this procedure

Notice number in the OJ S: 2023/S 095-295139

Section V: Award of contract

Contract No: 1

Title: Public realm improvements works to Barrow Street for an area extending from the Grand Canal Street Upper to the junction with Ringsend Road, Dublin 4

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

03/11/2023
V.2.2)

Information about tenders

Number of tenders received:  2
Number of tenders received by electronic means:  2
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

Actavo Ireland Limited (formerly Sierra Support Services Group)
105844
Westland House
Dublin 12
Willow Road
IE
Telephone: +353 14190900
NUTS code:  IE061 -  Dublin
Internet address: http://www.actavo.com

The contractor is an SME : no
V.2.4)

Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot:  4658593.00  EUR

Section VI: Complementary information

VI.3)

Additional information

1. Dublin City Council is subject to the provisions of the Freedom of Information Act (FOI) 2014. If you consider that any of the information supplied by you is either commercially sensitive or confidential in nature, this should be highlighted and the reasons for the sensitivity specified. In such cases, the relevant material, will in response to the FOI request; be examined in the light of the exemptions provided for in the Acts.
2. It will be a condition for the award of any contract by Dublin City Council that the successful Tenderer and all sub-contractors (if applicable) produce a valid Tax Clearance Certificate from the Revenue Commissioners in compliance with Circular (43) 2006 (or as amended) and that the certificate will be maintained for the duration of the contract and will be on a 12 month basis. In the case of a non-resident Tenderer, a statement of suitability from the Revenue Commissioners will be required.
3. 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.
4. 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.
5. Please note also that 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. Dublin City Council will not accept responsibility for information relayed (or not relayed) via third parties.
6. The framework agreement is primarily for use by the Environment & Transportation Department, but may also be extended for use by other divisions of Dublin City Council as requirements arise.
7. Emailed/faxed/late tenders will not be accepted. Tenders may be submitted in English or in the Irish language.
8. All queries regarding this tender must be submitted through the etenders messaging facility, RFT ID 240768 Queries must be in question format. Responses will be circulated to those candidates/tenderers that have registered an interest in this notice on the Irish Government procurement opportunities portal 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 2nd June 2023 @12 Noon to enable issue of responses to all interested parties.
9. Please note that where documents are made available in both PDF and Word format, in the event that there is any discrepancy between the documents, the PDF version will take precedence.
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: 
Please consult your solicitor