Contract notice

Information

Published

Date of dispatch of this notice: 21/02/2019

Expire date: 25/03/2019

External Reference: 2019-262303

TED Reference: 2019/S 040-089291

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Dublin City Council
Environment & Transportation Department, Block 2, Floor 6, Civic Offices, Wood Quay
Dublin 8
D08 RF3F
IE
Contact person: Padraig O'Brien
Telephone: +353 12222222
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=142335&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

Clontarf to City Centre Cycle Route
Reference number:  146421
II.1.2)

Main CPV code

45000000  -  Construction work
II.1.3)

Type of contract

Works
II.1.4)

Short description

Dublin City Council wish to engage a Contractor to carry out 2.7km of urban road reconstruction between Alfie Byrne Road & Talbot Street & 1km of greenway through Fairview Park along the River Tolka.
Works will include but are not limited to:
Upgrade & reconfigure signalised junctions
Construct new toucan crossings
Install DCC public lighting & CCTV infrastructure
Pavement construction
Granite & concrete paving & kerbing
Retaining walls
Drainage & water main works
Utility diversions
Protect existing utilities
Soft landscaping, including new trees
Street furniture
Road markings & traffic signs
Works on, near & over live rail lines & watercourses
Works on & near live roadways in busy urban areas
Works on, over & near cellars & basements
Traffic management including traffic diversions &
Ancillary works reasonably related to the above.
The 5 top-scoring Applicants who meet the minimum criteria for selection will be invited to tender in Stage 2 of this competition.
II.1.5)

Estimated total value

Value excluding VAT: 20000000.00  EUR
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

34922100  -  Road markings
44912400  -  Kerbstones
45111000  -  Demolition, site preparation and clearance work
45111100  -  Demolition work
45111200  -  Site preparation and clearance work
45112700  -  Landscaping work
45112710  -  Landscaping work for green areas
45112711  -  Landscaping work for parks
45112730  -  Landscaping work for roads and motorways
45200000  -  Works for complete or part construction and civil engineering work
45232450  -  Drainage construction works
45232451  -  Drainage and surface works
45232452  -  Drainage works
45233290  -  Installation of road signs
45233291  -  Installation of bollards
45233293  -  Installation of street furniture
45233294  -  Installation of road signals
45233320  -  Foundation work for roads
45233330  -  Foundation work for streets
45233340  -  Foundation work for footpaths
45262620  -  Supporting walls
45316000  -  Installation work of illumination and signalling systems
45316200  -  Installation of signalling equipment
45316210  -  Installation of traffic monitoring equipment
45316211  -  Installation of illuminated road signs
45316212  -  Installation of traffic lights
45432112  -  Laying of paving
50232110  -  Commissioning of public lighting installations
92222000  -  Closed circuit television services
II.2.3)

Place of performance

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

Description of the procurement

Dublin City Council are seeking to engage a Contractor to complete the following works:
2.7km of urban road reconstruction between Alfie Byrne Road and Talbot Street and 1km of greenway through Fairview Park along the River Tolka.
Works will also include but are not limited to the following:
- Upgrade and reconfiguration of existing signalised junctions;
- Construction of new toucan crossings;
- Installation of DCC CCTV infrastructure;
- Installation of DCC public lighting;
- Pavement construction;
- High quality granite paving and kerbing;
- Precast and in-situ concrete paving;
- Demolition of existing retaining walls;
- Retaining walls;
- Drainage works;
- Watermain upgrades;
- Utility diversions;
- Protection of existing utilities;
- Soft landscaping, including several new trees;
- Street furniture;
- Road markings and traffic signs;
- Works on, adjacent to and over live rail lines;
- Works on or adjacent to the Royal Canal and Tolka River;
- Works on and adjacent to live carriageways in a heavily trafficked urban area;
- Works on, over and adjacent to underground cellars and basements;
- Traffic management including traffic diversions; and
- Ancillary works reasonably related to the above.
It is envisaged that the five (5) top-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 participate in Stage 2 (Invitation to Tender) of this Competition.
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: 20000000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24
This contract is subject to renewal: no
II.2.9)

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

Envisaged number of candidates: 5
Objective criteria for choosing the limited number of candidates:
Please refer to the procurement documentation, which is available for download from www.etenders.gov.ie using RFT ID 146421.
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 refer to the procurement documentation, which is available for download from www.etenders.gov.ie using RFT ID 146421.

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

III.2.2)

Contract performance conditions

Please refer to the procurement documentation, which is available for download from www.etenders.gov.ie using RFT ID 146421.
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.1.8)

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:  25/03/2019
Local time:  12:00
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English, Irish

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.3)

Additional information

Please refer to document titled "Additional Information Document when using Tenderbox.docx"
VI.4)

Procedures for review

VI.4.1)

Review body

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