Contract notice

Information

Published

Date of dispatch of this notice: 05/03/2020

Expire date: 08/06/2020

External Reference: 2020-235904

TED Reference: 2020/S 049-114963

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: Ksawery Hession
Internet address(es):
Dun Laoghaire-Rathdown County Council (DLRCC)
County Hall, Marine Road, Dún Laoghaire, Co.Dublin, A96 K6C9
Dún Laoghaire
A96 K6C9
IE
Contact person: Gerry Flaherty
Internet address(es):
I.2)

Joint procurement

The contract involves joint procurement
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=161116&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 Carrying out Roadwork Contracts 2021-25 (less than 1 million)
Reference number:  164147
II.1.2)

Main CPV code

45233120  -  Road construction works
II.1.3)

Type of contract

Works
II.1.4)

Short description

Dublin City Council (DCC) will be facilitating the establishment of a Multi-Party Framework Agreement with multiple operators for contracts less than €1.0m on behalf of itself and the Local Authorities listed hereunder who will be parties to the framework.
Dublin City Council
Dun Laoghaire-Rathdown County Council (DLRCC)
This Framework may involve some of the following work elements:
• Installation of ducts, gullies, drainage pipes
• Roadway repairs including potholes
• Footway repairs & refurbishment
• Construction and upgrade of footways
• Resurfacing (associated with the work)
• Granite and flagging work (high quality finish)
• Road and street improvements
• Development & Implementing of the TMP
• Installing street furniture, signage, shelters etc…
• Construction of walls & related works
• Installation of Traffic Signal & traffic islands
• Trial Holes
• Role of PSCS
II.1.5)

Estimated total value

Value excluding VAT: 21400000.00  EUR
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

45111250  -  Ground investigation work
45112100  -  Trench-digging work
45213315  -  Bus-stop shelter construction work
45221111  -  Road bridge construction work
45232450  -  Drainage construction works
45232451  -  Drainage and surface works
45232452  -  Drainage works
45233100  -  Construction work for highways, roads
45233121  -  Main road construction works
45233124  -  Trunk road construction work
45233125  -  Road junction construction work
45233140  -  Roadworks
45233141  -  Road-maintenance works
45233142  -  Road-repair works
45233150  -  Traffic-calming works
45233161  -  Footpath construction work
45233162  -  Cycle path construction work
45233220  -  Surface work for roads
45233223  -  Carriageway resurfacing works
45233252  -  Surface work for streets
45233253  -  Surface work for footpaths
45233290  -  Installation of road signs
45233291  -  Installation of bollards
45233293  -  Installation of street furniture
45233294  -  Installation of road signals
II.2.3)

Place of performance

Main site or place of performance:  
Dublin City Council Administrative Area
II.2.4)

Description of the procurement

This Framework may involve some of the following work elements:
• Installation of ducts, gullies, drainage pipes manholes and chambers
• Roadway repairs including potholes(flexible and rigid)
• Footway repairs & refurbishment (incld.flags, concrete & bituminous)
• Construction and upgrade of footways, cycle tracks, bus stops, cycle lanes and bus lanes
• Resurfacing and High friction antiskid surfacing (associated with the work)
• Granite and flagging work (high quality finish)
• Diversion of services
• Road and street improvements (including widening and narrowing)
• Development & Implementing of the Traffic Management Plan
• Installation of Public Lighting columns
• Installation of tactile paving and dishing including installation and upgrade of pedestrian crossings
• Installation of Road markings (associated with other roadworks)
• Installing bollards, pedestrian barriers, street furniture, signage, cycle parking and shelters etc…
• Construction of walls & related works
• Installation of Traffic Signal & traffic islands
• Trial Holes/Site Investigations/Service Investigation/Geo Referencing/Noise & Vibration Control
• Role of PSCS
• Public Relations
• Weed Control
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: 21400000.00  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 Framework is for 36 months with the option to extend for a further 12 months
II.2.9)

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

Envisaged number of candidates: 10
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 tenders and is available to download from www.etenders.gov.ie using RFT ID 164147

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 tenders and is available to download from www.etenders.gov.ie using RFT ID 164147
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 tenders and is available to download from www.etenders.gov.ie using RFT ID 164147

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 : yes
IV.2)

Administrative information

IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  14/04/2020
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:  yes
Estimated timing for further notices to be published:  
2025
VI.2)

Information about electronic workflows

Electronic payment will be used
VI.3)

Additional information

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 Act.
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 contract/framework agreement* is for use by the Dublin City Council and Dun Laoghaire-Rathdown County Council . Emailed/faxed/late tenders will not be accepted.
7. Suppliers should note the following when making their submission:
• To enable submission of multiple documents concurrently, download and install the ‘Upload Manager ActiveX’ facility to your eTenders user profile.
• When using the ‘Upload Manager’ facility do not use the ‘Schedule’ option.
• Instead, use only the ‘Upload’ option, which will enable monitoring of the upload.
• Suppliers who do not use the Upload Manager can upload individual files, however please ensure to allow sufficient time for upload.
• There is a maximum upload limit of 2GB per document. Documents larger than this should be divided into smaller files prior to upload.
• Should you experience difficulty when uploading documents please contact the eTenders Support Desk for technical assistance. Email etenders@eu-supply.com or Telephone: 353 (0) 21 243 92 77 (09:00am – 17:30pm GMT)
8. Tenders may be submitted in English or in the Irish language.
9. Please note that OJEU contracts are covered by the Government Procurement Agreement (GPA).
10. Appeals procedure: The body to whom appeals should be addressed is – The High Court, Four Courts, Inns Quay, Dublin 7.
11. All queries regarding this tender must be submitted through the Irish Government Procurement Opportunities Portal www.etenders.gov.ie (RFT 164147) as a specific question. 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 12 noon on 4th April 2020 to enable issue of responses to all interested parties.
12. 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.4.2)

Body responsible for mediation procedures

Please consult your solictor
please consult with your solictor
IE

VI.4.4)

Service from which information about the review procedure may be obtained

Please consult your solictor
please consult with your solictor
IE