II.1)
Scope of the procurement
Establishment of Multiparty Framework Agreements into two lots: Lot 1 – Minor Civil Works at Dublin Port Lot 2 – Minor Marine Works at Dublin Port
45000000
-
Construction work
Works
II.1.4)
Short description
DPC proposes to engage in a competitive process for the establishment of Multi-party Framework agreement(s) to provide minor works in two lots, comprise of the following;
Lot 1 – Minor Civil Works (€0 - €1.5m value per call-off contract)
Lot 2 – Minor Marine Works - (€0 - €1.5m value per call-off contract)
II.1.5)
Estimated total value
Value excluding VAT: 40000000.00
EUR
II.1.6)
Information about lots
This contract is divided into lots:
yes
Tenders may be submitted for
all lots
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:
DPC reserves the right to apply Reg. 72(5) of SI 286 of 2016, whereby more than one lot may be awarded to the same tenderer.
Minor Civil Works
Lot No:
1
II.2.2)
Additional CPV code(s)
44212400
-
Piling
45200000
-
Works for complete or part construction and civil engineering work
45210000
-
Building construction work
45213341
-
Ferry terminal building construction work
45213342
-
Ro-ro terminal construction work
45220000
-
Engineering works and construction works
45233000
-
Construction, foundation and surface works for highways, roads
45233100
-
Construction work for highways, roads
45233120
-
Road construction works
45233141
-
Road-maintenance works
45233142
-
Road-repair works
45233150
-
Traffic-calming works
45233220
-
Surface work for roads
45233226
-
Access road construction work
45241600
-
Installation of port lighting equipment
45316110
-
Installation of road lighting equipment
45316212
-
Installation of traffic lights
45432112
-
Laying of paving
71311000
-
Civil engineering consultancy services
II.2.3)
Place of performance
NUTS code:
IE061 -
Dublin
II.2.4)
Description of the procurement
The following are the main elements but not limited to the Multi party Framework Agreement for Lot 1:
• Road Construction Works
• Installation of ducts, gullies, drainage,manholes & chambers
• Roadway repairs including potholes(flexible & rigid)
• Footway repairs & refurbishment
• Construction & upgrade of footways, cycle tracks etc.
• Resurfacing & High friction antiskid surfacing & installation of road markings (associated with the work)
• Granite & flagging work (high quality finish)
• Diversion of services
• Road & street improvements (including widening and narrowing)
• Development & Implementing of the Traffic Management Plan
• Installation of Public Lighting columns, M&E and CCTV
• Installation of tactile paving & dishing including installation & upgrade of pedestrian crossings
• Installation of fencing, gates, booths, bollards, pedestrian barriers, street furniture, signage, cycle parking & shelters etc…
• Construction of walls & related works
• Installation of Traffic Signal & traffic islands
• Traffic-calming works
• Piling Installation
• Temporary works, Temporary Accommodation
• Role of PSCS
Price is not the only award criterion and all criteria are stated only in the procurement documents
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:
Subject always to the terms of the Framework, DPC intend that the Framework will be for 4 years, with the option to extend for 2 years, subject to a maximum of 6 years, subject to satisfactory performance, business needs and budgetary constraints.
For the avoidance of any doubt, the term of a Call-Off Contract may last longer than the Framework Period.
II.2.9)
Information about the limits on the number of candidates to be invited
Envisaged number of candidates:
10
Objective criteria for choosing the limited number of candidates:
As set out in the procurement documents available to download from www.etenders.gov.ie using RFT ID 188140
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 188140
Minor Marine Works
Lot No:
2
II.2.2)
Additional CPV code(s)
44212400
-
Piling
45200000
-
Works for complete or part construction and civil engineering work
45210000
-
Building construction work
45213341
-
Ferry terminal building construction work
45213342
-
Ro-ro terminal construction work
45220000
-
Engineering works and construction works
45233000
-
Construction, foundation and surface works for highways, roads
45233100
-
Construction work for highways, roads
45233120
-
Road construction works
45233141
-
Road-maintenance works
45233142
-
Road-repair works
45233150
-
Traffic-calming works
45233220
-
Surface work for roads
45233226
-
Access road construction work
45241600
-
Installation of port lighting equipment
45316110
-
Installation of road lighting equipment
45316212
-
Installation of traffic lights
45432112
-
Laying of paving
71311000
-
Civil engineering consultancy services
II.2.3)
Place of performance
NUTS code:
IE061 -
Dublin
II.2.4)
Description of the procurement
The following are the main elements but not limited to the Multi party Framework Agreement for Lot 2:
• Marine Works (Demolition, Dredging, Disposal, Remediation, Concrete Works, Pile Installation),
• Mechanical & Electrical
• Fender Installation
• Equipment Repairs
• Marine Investigations
• Marine Surveys
Price is not the only award criterion and all criteria are stated only in the procurement documents
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:
Subject always to the terms of the Framework, DPC intend that the Framework will be for 4 years, with the option to extend for 2 years, subject to a maximum of 6 years, subject to satisfactory performance, business needs and budgetary constraints.
For the avoidance of any doubt, the term of a Call-Off Contract may last longer than the Framework Period.
II.2.9)
Information about the limits on the number of candidates to be invited
Envisaged number of candidates:
10
Objective criteria for choosing the limited number of candidates:
As set out in the procurement documents available to download from www.etenders.gov.ie using RFT ID 188140
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 188140