Contract notice

Information

Published

Date of dispatch of this notice: 22/07/2020

Expire date: 17/09/2020

External Reference: 2020-234179

TED Reference: 2020/S 143-350950

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: Karen Kennedy
Internet address(es):
Main address: https://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=170222&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

Belmayne Main Street & Belmayne Avenue Scheme
Reference number:  172699
II.1.2)

Main CPV code

45000000  -  Construction work
II.1.3)

Type of contract

Works
II.1.4)

Short description

The proposed road scheme involves the construction of Belmayne Main Street from the Malahide Road to New Priory and road improvement works at Belmayne Avenue and Parkside Boulevard. In overall terms the scheme involves new road construction from the Malahide Road to New Priory including traffic lanes, bus lanes, parking, cycle facilities and footpaths.
Traffic signal installations are required at the Malahide Road to facilitate a bus gate, Western Greenway, Churchwell Crescent, Belmayne Avenue, Parkside Boulevard, Belmayne Park South and to the east of Belmayne Avenue.
II.1.5)

Estimated total value

Value excluding VAT: 8000000.00  EUR
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

45200000  -  Works for complete or part construction and civil engineering work
45220000  -  Engineering works and construction works
45230000  -  Construction work for pipelines, communication and power lines, for highways, roads, airfields and railways; flatwork
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

Main site or place of performance:  
Belmayne Main St
II.2.4)

Description of the procurement

The proposed road scheme involves the construction of Belmayne Main Street from the Malahide Road to New Priory and road improvement works at Belmayne Avenue and Parkside Boulevard. In overall terms the scheme involves new road construction from the Malahide Road to New Priory including traffic lanes, bus lanes, parking, cycle facilities and
footpaths.
Traffic signal installations are required at the Malahide Road to facilitate a bus gate, Western Greenway, Churchwell Crescent, Belmayne Avenue, Parkside Boulevard, Belmayne Park South and to the east of Belmayne Avenue.
Requirements include the following:
1.Site clearance and enabling works including removal of existing pyritic stone below existing pavements and drainage;
2. Full depth road, parking, cycleway and footway construction;
3. Installation of bus stops and associated infrastructure;
4. Upgrading of existing drainage and construction of new drainage and attenuation;
5. Installation of watermains and utilities;
6. Utility diversions and associated works;
7. Installation of ESB 38KV ducting and diversion of existing 38KV overhead powerlines;
8. Installation of traffic signals including provision of pedestrian and cyclist crossing facilities;
9. Road resurfacing works;
10. Installation of new signage and road markings along the route;
11. Installation of new public lighting;
12. Installation of tree pits and landscaping works;
Please note that this project is subject to funding.
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: 8000000.00  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
II.2.14)

Additional information

Please consult the appropriate documentation, which contains full instructions regarding the submission of Tenders and is available to download from www.etenders.gov.ie using RFT ID 172699

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:  List and brief description of conditions: Please consult Suitability Assessment Questionnaires available to download from www.etenders.gov.ie using RFT ID 172699.
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 appropriate documentation, which contains full instructions regarding the submission of Tenders and is available to download from www.etenders.gov.ie using RFT ID 172699.
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

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:  10/09/2020
Local time:  12:00
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English, Irish
IV.2.6)

Minimum time frame during which the tenderer must maintain the tender

Duration in months : 12  (from the date stated for receipt of tender)
IV.2.7)

Conditions for opening of tenders

Date:  10/09/2020
Local time:  12:00
Information about authorised persons and opening procedure:  
The date and time for opening tenders set out above may change at the discretion of Dublin City Council.

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.2)

Information about electronic workflows

Electronic payment will be used
VI.3)

Additional information

Please note due to the current COVID-19 pandemic, facilitation of all meetings, site visits, clarification meetings, & assessments of samples, etc. (as applicable) is severely impacted. Where possible DCC will put in place alternative arrangements such as on-line meetings, etc. Likewise, anticipated dates (closing date for receipt of clarifications or tender submissions) may change. Suppliers will be kept fully up to date at all stages through the eTenders messaging
system.
1. Suppliers must register their interest on the Irish Government procurement opportunities portal www.etenders.gov.ie in order to be included on the mailing list for clarifications.
2. Please note that all information relating to attachments, including clarifications & changes, will be published on www.etenders.gov.ie only. Registration is free of charge. DCC will not accept responsibility for information relayed (or not relayed) via third parties.
3. Emailed/faxed/late tenders will not be accepted.
4. Suppliers should note the following when making their submission:
• To enable submission of multiple documents concurrently, download & 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 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 take into account 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) 21 243 92 77 (09:00am – 17:30pm GMT) 5. All queries must be submitted through the messaging facility on www.etenders.gov.ie. RFT ID: 172699, and must be in question format.
Responses will be circulated to those that have registered an interest in this notice on 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 4pm 27th August 2020 to enable issue of responses to all interested parties.
6. For each criterion marked as Response: Declaration Required, applicants must initially provide the Appendices referenced under each criterion no later than the date set for return of the forms, and, where appropriate, confirm in the box provided that it is included with the completed Questionnaire. Failure to do so could invalidate the submission.
Applicants may also satisfy this requirement by submitting an ESPD completed in accordance with EU Regulation 2016/7. By completing Part IV (a) of the ESPD titled: Global Indication for all Selection Criteria, applicants will be taken to declare that they meet the standards set for all criteria where the response is Declaration
Required. Supporting documentation should be provided promptly upon request from the Contracting Authority.
7. Refer to document 'Additional Information’ available to download from www.etenders.gov.ie using RFT ID 172699 for further information.
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 solicitor
Please consult your solicitor
IE

VI.4.4)

Service from which information about the review procedure may be obtained

Please consult your solicitor
Please consult your solicitor
IE