Contract notice

Information

Published

Date of dispatch of this notice: 31/03/2022

Expire date: 12/05/2022

External Reference: 2022-204811

TED Reference: 2022/S 067-176012

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
D08 RF3F
IE
Contact person: Peter Finnegan
NUTS code:  IE061 -  Dublin
Internet address(es):
Main address: www.dublincity.ie

I.2)

Joint procurement

The contract is awarded by a central purchasing body
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=209761&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 of Demolition Contractors for Dublin City Council
Reference number:  Dublin City Council
II.1.2)

Main CPV code

45111000  -  Demolition, site preparation and clearance work
II.1.3)

Type of contract

Works
II.1.4)

Short description

It is proposed to establish a Multi-Party Framework for Demolition Contractors for Dublin City Council.
It is anticipated that the works will consist of demolition (former flat blocks, old housing stock, derelict buildings and other buildings or structures etc), site clearance, removal of asbestos, provision of weathering and support to adjoining buildings, fencing and temporary works. Also included are minor building and landscaping works associated with the rendition of sites as non-derelict. Weathering of adjoining buildings, façade retention and/or temporary works may be required in certain instances. Design of temporary works and façade retention works may form part of the works. Asbestos surveys and removal may also form part of the works. The Framework may also be used for certain enabling works associated with development of sites, including demolitions and service diversions.
.
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)

45000000  -  Construction work
45100000  -  Site preparation work
45110000  -  Building demolition and wrecking work and earthmoving work
45111100  -  Demolition work
45111200  -  Site preparation and clearance work
45111300  -  Dismantling works
45112000  -  Excavating and earthmoving work
45112400  -  Excavating work
45112500  -  Earthmoving work
45113000  -  Siteworks
71000000  -  Architectural, construction, engineering and inspection services
71300000  -  Engineering services
71320000  -  Engineering design services
71327000  -  Load-bearing structure design services
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
Main site or place of performance:  
Dublin, Ireland
II.2.4)

Description of the procurement

It is proposed to establish a Multi-Party Framework for Demolition Contractors for Dublin City Council.
It is anticipated that the works will consist of demolition (former flat blocks, old housing stock, derelict buildings and other buildings or structures etc), site clearance, removal of asbestos, provision of weathering and support to adjoining buildings, fencing and temporary works. Also included are minor building and landscaping works associated with the rendition of sites as non-derelict. Weathering of adjoining buildings, façade retention and/or temporary works may be required in certain instances. Design of temporary works and façade retention works may form part of the works. Asbestos surveys and removal may also form part of the works. Applicants shall be in a position to provide these services, using subcontractors or consultants as necessary. There will be no separate assessment of specialists at this time. The Framework may also be used for certain enabling works associated with development of sites, including demolitions and service diversions.
The Framework Agreement will apply to individual projects with anticipated values ranging up to €3,000,000. The majority of projects are envisaged to be less than €1,000,000 in value. Expressions of interest are only invited from contractors who have a proven track record in demolition and ancillary works as described above. .
After Stage 1 (EoI), Stage 2 will comprise an Invitation to Tender to a maximum of 12 shortlisted Applicants for an initial competitive tender for a typical demolition project. The competition will include assessment of price and quality. The highest ranked tenderer in the stage 2 competition will be awarded the initial contract. A minimum of 3 and a maximum of 8 of the Applicants who tendered (including the highest scoring tenderer) will be invited to enter a Framework Agreement. Future competitions procured using this Framework will be awarded by mini-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: 8000000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 36
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: 12
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

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

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:  12/05/2022
Local time:  17:00
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:  
Approx 2026
VI.2)

Information about electronic workflows

Electronic invoicing will be accepted
Electronic payment will be used
VI.3)

Additional information

Please note that this project is subject to funding.
1.Dublin City Council is subject to the provisions of the Freedom of Information Act (FOI) 2014.
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.
3.Suppliers must register their interest on the eTenders web site 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.
6.The framework agreement is primarily for use by the City Architect’s Division, but may also be extended for use by other divisions of Dublin City Council as requirements arise.
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.
• Use only the ‘Upload’ option, which will enable monitoring of the upload.
• Please ensure to allow sufficient time for upload.
• There is a maximum upload limit of 2GB per file.
• 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. The “Submit Response” button will be disabled automatically upon the expiration of the response deadline.
• 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.Appeals procedure: The body to whom appeals should be addressed is – The High Court, Four Courts, Inns Quay, Dublin 7.
9.All queries regarding this expression of interest must be directed to the messaging facility on www.etenders.gov.ie. RFT ID: 210038. Queries must be in question format. Responses will be circulated to those Applicants 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 5th May 2022 to enable issue of responses to all interested parties.
10.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.
11.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.
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