Dublin City Council administers the maintenance and refurbishment of the existing residential stock through the five local areas:
โ Central Area, North Central Area, North West Area, South Central and South East Area. It is now intended to establish six (6) Frameworks Agreements for each of the 5 areas plus 1 city-wide area to carry out maintenance and refurbishment works under the terms of the Public Works Term Maintenance and Refurbishment Works Contract and under the direction of the Area Maintenance Officer. The Frameworks will be established for a period of 24 months each, with an option to extend for 12 months if required. The maximum estimated value of the works over the lifetime of each of the frameworks will be 4 000 000 EUR (ex VAT). Please refer to the Outline Project Brief attached to the etenders notice for more details, www.etenders.gov.ie
Deadline
The time limit for receipt of tenders was 2018-07-13.
The procurement was published on 2018-06-12.
Suppliers
The following suppliers are mentioned in award decisions or other procurement documents:
Contract award notice (2019-05-16) Contracting authority Name and addresses
Name: Dublin City Council
National registration number: N/a
Postal address:
โHousing And Community Services, Housing Maintenance, Block 2, Floor 3, Civic Offices, Wood Quayโ
Postal town: Dublin 8
Country: Ireland ๐ฎ๐ช
Contact person: Frank D'Arcy
Phone: +353 2222222๐
E-mail: frankgdarcy@dublincity.ie๐ง
Region: Dublin๐๏ธ
URL: www.dublincity.ie๐
Address of the buyer profile: https://irl.eu-supply.com/ctm/Company/CompanyInformation/Index/267๐ Information about joint procurement
The contract is awarded by a central purchasing body
Object Scope of the procurement
Title:
โLocal Area Term Maintenance and Refurbishment Works for Dublin City Council
Etenders Ref No:135316โ
Products/services: Refurbishment of run-down buildings๐ฆ
Short description:
โDublin City Council administers the maintenance and refurbishment of the existing residential stock through the 5 local areas: Central Area, North Central...โ
Short description
Dublin City Council administers the maintenance and refurbishment of the existing residential stock through the 5 local areas: Central Area, North Central Area, North West Area, South Central and South East Area. It is now intended to establish six (6) Frameworks Agreements for each of the 5 areas plus one city-wide area to carry out maintenance and refurbishment works under the terms of the public works term maintenance and refurbishment works contract and under the direction of the area maintenance officer. The frameworks will be established for a period of 24 months each, with an option to extend for 12 months if required. The maximum estimated value of the works over the lifetime of each of the frameworks will be 4 000 000 EUR (ex VAT). Please refer to the outline project brief attached to the etenders notice for more details, www.etenders.gov.ie
Show more
Total value of the procurement (excluding VAT): EUR 24 000 000 ๐ฐ
Information about lots
This contract is divided into lots โ
1๏ธโฃ Scope of the procurement
Title: Refurbishment Works for Dublin City Council Central Area
Title
Lot Identification Number: 1
Description
Additional products/services: Overhaul and refurbishment work๐ฆ
Additional products/services: Refurbishment work๐ฆ
Additional products/services: Restructuring work๐ฆ
Additional products/services: Restoration work๐ฆ
Place of performance: Dublin๐๏ธ
Main site or place of performance: Dublin
Description of the procurement:
โIt is intended to establish a framework of contractors in each of the six areas to carry out maintenance and refurbishment works under the terms of the...โ
Description of the procurement
It is intended to establish a framework of contractors in each of the six areas to carry out maintenance and refurbishment works under the terms of the Public Works Maintenance and Refurbishment Works Contract and under the direction of the Area Maintenance officer. A Tenderer may apply for inclusion in any or all of the six lots, however no contractor will be permitted to be in possession of forty (40) or more units at any time, Estimated cost excluding VAT: โฌ4000000
Show more Award criteria
Quality criterion (name): Quality
Quality criterion (weighting): 40
Cost criterion (name): Price
Cost criterion (weighting): 60
Information about options
Options โ
Description of options: 2 years or when funding is depleted
2๏ธโฃ Scope of the procurement
Title: Dublin City Council North Central Area
Title
Lot Identification Number: 2
Award criteria
Cost criterion (name): Pricing
3๏ธโฃ Scope of the procurement
Title: Dublin City Council North West Area
Title
Lot Identification Number: 3
4๏ธโฃ Scope of the procurement
Title: Dublin City Council South Central Area
Title
Lot Identification Number: 4
5๏ธโฃ Scope of the procurement
Title: Dublin City Council South East Area
Title
Lot Identification Number: 5
6๏ธโฃ Scope of the procurement
Title: Dublin City Council City-Wide Area
Title
Lot Identification Number: 6
Description
Description of the procurement:
โIn relation to the City Wide Area Lot (Lot 6), a Cascade Selection of 12 contractors on the City Wide Area Lot (Lot 6) Framework shall take place. Estimated...โ
Description of the procurement
In relation to the City Wide Area Lot (Lot 6), a Cascade Selection of 12 contractors on the City Wide Area Lot (Lot 6) Framework shall take place. Estimated cost excluding VAT: โฌ4000000
Procedure Type of procedure
Restricted procedure
Information about framework agreement
The procurement involves the establishment of a framework agreement
Administrative information
Previous publication concerning this procedure: 2018/S 112-254122
Award of contract
1๏ธโฃ
Contract Number: 1
Title: Refurbishment Works for Dublin City Council Central Area
Date of conclusion of the contract: 2018-11-15 ๐
Information about tenders
Number of tenders received: 18
The contract has been awarded to a group of economic operators โ Name and address of the contractor
Name: Westside Civil Engineering Ltd
Postal address: Co Kildare
Postal town: Rathcoffey
Country: Ireland ๐ฎ๐ช
Region: Dublin๐๏ธ
The contractor is an SME โ
Name: Owenbee Services Ltd
Postal town: Donabate
Name: Kennedy Construction Ltd
Postal town: Drimnagh
Name: Raheen Construction Ltd t/a H Ryan Contractors
Postal town: Athboy
Name: Richard Drumgoole Construction Ltd
Postal town: Santry
Name: Dudley Griffin Building Services Ltd
Postal town: Dunboyne
Name: Willow Park Contracting Ltd
Postal town: Dublin
Name: Anco Ltd
Postal town: Rathcoole
Name: Lisaderg Construction Ltd
Postal town: Sandyford
Name: Cros B Construction Ltd
Postal town: Lucan
Name: Bayview Contracts Ltd
Postal town: Newry
Name: C&A Excavations Ltd
Postal town: Ballycoolin
Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 24 000 000 ๐ฐ
2๏ธโฃ
Contract Number: 2
Title: Dublin City Council North Central Area
Name and address of the contractor
Name: Anzco Ltd
Name: Leavale Building Services Ltd
Postal town: Mullinger
Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 24 000 000 ๐ฐ
3๏ธโฃ
Contract Number: 3
Title: Dublin City Council North West Area
Name and address of the contractor
Postal town: Mullingar
Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 24 000 000 ๐ฐ
4๏ธโฃ
Contract Number: 4
Title: Dublin City Council South Central Area
Name and address of the contractor
Name: Raheen Construction t/a H Ryan Contractors
Name: C&A Excavations
Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 24 000 000 ๐ฐ
5๏ธโฃ
Contract Number: 5
Title: Dublin City Council South East Area
Name and address of the contractor
Postal address: Co. Kildare
Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 24 000 000 ๐ฐ
6๏ธโฃ
Contract Number: 6
Title: Dublin City Council City Wide Area
Name and address of the contractor
Postal address: Co Dublin
Postal town: Raheen
Name: Maintenance Operations Management Services Ltd
Postal town: Glasnevin
Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 24 000 000 ๐ฐ
Complementary information Additional information
โ1) 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...โ
1) 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) Emailed/faxed/late tenders will not be accepted;
7) Suppliers should note the following when making their submission:
โ to enable submission of multiple documents concurrently, download and install the โUpload Manager ActiveXโ facility to your eTenders user profile,
โ when using the โUpload Managerโ facility do not use the โScheduleโ option,
โ instead, use only the โUploadโ option, which will enable monitoring of the upload,
โ suppliers who do not use the upload manager can upload individual files, however please ensure to allow sufficient time for upload,
โ there is a maximum upload limit of 2GB per document. Documents larger than this should be divided into smaller files prior to upload,
โ 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 (9:00 a.m. โ 17:30 p.m. 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) All queries regarding this tender requirements or process must be submitted through the Irish Government Procurement Opportunities Portal www.etenders.gov.ie (RFT ID: 135316) as a specific question. Responses will be circulated to those tenderers that have registered an interest in this notice on www.etenders.gov.ie
The details of the person making a query will not be disclosed when circulating the response. All queries must be submitted by 12:00 noon on 2.6.2018 to enable issue of responses to all interested parties;
11) 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.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. Please see additional information document on etenders for further information.
Show more Review body
Name: The High Court
Postal address: Chief Registrar, High Court, Inns Quay
Postal town: Dublin
Postal code: Dublin 7
Country: Ireland ๐ฎ๐ช
Phone: +353 18886000๐
E-mail: highcourtcentraloffice@courts.ie๐ง Body responsible for mediation procedures
Name: Please consult your solicitor
Postal town: Dubliin
Country: Ireland ๐ฎ๐ช Service from which information about the review procedure may be obtained
Name: Please consult your solicitor
Postal town: Dublin
Country: Ireland ๐ฎ๐ช
Source: OJS 2019/S 097-233478 (2019-05-16)