Contract notice

Information

Published

Date of dispatch of this notice: 07/01/2022

Expire date: 08/02/2022

External Reference: 2022-242229

TED Reference: 2022/S 008-014790

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: Colm Morrin
NUTS code:  IE061 -  Dublin
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=204809&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 Building Repair and Conservation Works for Dublin City Council for projects with an estimated construction value up to €5m (ex. VAT)
Reference number:  RFT ID 205370
II.1.2)

Main CPV code

45210000  -  Building construction work
II.1.3)

Type of contract

Works
II.1.4)

Short description

Multi-party Framework Agreement for Building Repair and Conservation Works for Dublin City Council for projects with an estimated construction value up to €5m (ex. VAT)
II.1.5)

Estimated total value

Value excluding VAT: 10000000.00  EUR
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

45223200  -  Structural works
45261900  -  Roof repair and maintenance work
45261910  -  Roof repair
45262330  -  Concrete repair work
45262690  -  Refurbishment of run-down buildings
45453000  -  Overhaul and refurbishment work
45453100  -  Refurbishment work
45454100  -  Restoration work
II.2.3)

Place of performance

NUTS code:  IE061 -  Dublin
II.2.4)

Description of the procurement

It is proposed to establish a Multi-Party Framework Agreement for Building Repair and Conservation Works for Dublin City Council for projects with an estimated construction value up to €5m.
It is anticipated that the works will consist of repair and refurbishment of existing buildings owned by Dublin City Council. The type of buildings will vary but are likely to include commercial properties, derelict buildings, flat blocks, houses, libraries, sports centres, galleries and miscellaneous public buildings. Some of the buildings will have special interest. For example, those listed on Dublin City Councils' "Record of Protected Structures" and those listed on the Department of Housing, Local Government and Heritages' "National Inventory of Architectural Heritage". These buildings will have specific conservation requirements and require Contractors who are competent and experienced in conservation works. The type of works will also vary but are likely to include structural remedial works, temporary works, "mothballing" works (to halt deterioration), architectural conservation works and whole scale repair and refurbishment works. In some instances, works may include general site clearance and opening-up. Hazardous materials are a risk item for existing buildings so items such as asbestos and lead paint removal may also form part of the works.
The Framework Agreement will apply to individual projects with anticipated values ranging up to €5m (ex. VAT). The majority of projects, however, are envisaged to be less than €500,000 (ex. VAT) in value. Applications are only invited from Contractors who have a proven track record in building repair and conservation works as described above.
It is anticipated that the building repair and conservation works will be carried out under the following public works contracts:
- PW-CF5
- PW-CF6
- PW-CF7
- PW-CF8
The Framework will be established on foot of an initial contract for Building Repair Works at 41 Parnell Square.
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: 10000000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48
This contract is subject to renewal: no
II.2.9)

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

Envisaged minimum number: 5  /  Maximum number: 7
Objective criteria for choosing the limited number of candidates:
Please consult the associated documentation which is available to download from www.etenders.gov.ie RFT ID 205370.
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 is available to download from www.etenders.gov.ie RFT ID 205370. Please note that this project is subject to funding.

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 is available to download from www.etenders.gov.ie RFT ID 205370
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 is available to download from www.etenders.gov.ie RFT ID 205370

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:  7
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:  08/02/2022
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)

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@eu-supply.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: 205370, 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 12 noon on 25th January 2022 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' which is available to download from www.etenders.gov.ie using RFT ID 205370 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
Internet address: https://www.courts.ie

VI.4.2)

Body responsible for mediation procedures

Please consult your solicitor
Please consult your solicitor
IE

VI.4.3)

Review procedure

Precise information on deadline(s) for review procedures: 
The contract / framework is covered by the application of the Remedies Directive and the relevant standstill period applied at time of notification.
VI.4.4)

Service from which information about the review procedure may be obtained

Please consult your solicitor
Please consult your solicitor
IE