Dublin City Council (DCC) will be facilitating the establishment of a multi-party framework agreement with multiple operators for contracts less than EUR 1.0 million on behalf of itself and the local authorities listed hereunder who will be parties to the framework.
Dublin City Council
Dun Laoghaire-Rathdown County Council (DLRCC)
This framework may involve some of the following work elements:
• installation of ducts, gullies, drainage pipes;
• roadway repairs including potholes;
• footway repairs and refurbishment;
• construction and upgrade of footways;
• resurfacing (associated with the work);
• granite and flagging work (high quality finish);
• road and street improvements;
• development and Implementing of the TMP;
• installing street furniture, signage, shelters, etc.;
• construction of walls and related works;
• installation of traffic signal and traffic islands;
• trial holes;
• role of PSCS.
Deadline
The time limit for receipt of tenders was 2020-04-14.
The procurement was published on 2020-03-05.
Suppliers
The following suppliers are mentioned in award decisions or other procurement documents:
Contracting authority (additional)
Name: Dun Laoghaire-Rathdown County Council (DLRCC)
Postal address: County Hall, Marine Road, Dún Laoghaire, Co.Dublin
Postal town: Dún Laoghaire
Object Scope of the procurement
Title:
“Multi-party Framework Agreement for Carrying out Roadwork Contracts 2021-25 (less than 1 million)
164147”
Products/services: Road construction works📦
Short description:
“Dublin City Council (DCC) will be facilitating the establishment of a multi-party framework agreement with multiple operators for contracts less than EUR...”
Short description
Dublin City Council (DCC) will be facilitating the establishment of a multi-party framework agreement with multiple operators for contracts less than EUR 1.0 million on behalf of itself and the local authorities listed hereunder who will be parties to the framework.
Dublin City Council
Dun Laoghaire-Rathdown County Council (DLRCC)
This framework may involve some of the following work elements:
• installation of ducts, gullies, drainage pipes;
• roadway repairs including potholes;
• footway repairs and refurbishment;
• construction and upgrade of footways;
• resurfacing (associated with the work);
• granite and flagging work (high quality finish);
• road and street improvements;
• development and Implementing of the TMP;
• installing street furniture, signage, shelters, etc.;
• construction of walls and related works;
• installation of traffic signal and traffic islands;
• trial holes;
• role of PSCS.
Show more
Estimated value excluding VAT: EUR 21 400 000 💰
This framework may involve some of the following work elements:
• installation of ducts, gullies, drainage pipes manholes and chambers;
• roadway repairs including potholes(flexible and rigid);
• footway repairs and refurbishment (incld.flags, concrete and bituminous);
• construction and upgrade of footways, cycle tracks, bus stops, cycle lanes and bus lanes;
• resurfacing and high friction antiskid surfacing (associated with the work);
• granite and flagging work (high-quality finish);
• diversion of services;
• road and street improvements (including widening and narrowing);
• development and implementing of the traffic management plan;
• installation of public lighting columns;
• installation of tactile paving and dishing including installation and upgrade of pedestrian crossings;
• installation of road markings (associated with other roadworks);
• installing bollards, pedestrian barriers, street furniture, signage, cycle parking and shelters, etc.;
• construction of walls and related works;
• installation of traffic signal and traffic islands;
• trial holes/site investigations/service investigation/geo referencing/noise and vibration control;
• role of PSCS;
• public relations;
• weed control.
Show more Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
Scope of the procurement
Estimated total value excluding VAT: EUR 21 400 000 💰
Duration of the contract, framework agreement or dynamic purchasing system
The time frame below is expressed in number of months.
Description
Duration: 48
Duration of the contract, framework agreement or dynamic purchasing system
This contract is subject to renewal ✅ Description
Description of renewals:
“The framework is for 36 months with the option to extend for a further 12 months.” Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 10
Description
Additional information:
“Please consult the associated documentation, which contains full instructions regarding the submission of tenders and is available to download from...”
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 164147
Legal, economic, financial and technical information Conditions for participation
List and brief description of conditions:
“Please consult the associated documentation, which contains full instructions regarding the submission of tenders and is available to download from...”
List and brief description of conditions
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 164147
Show more Economic and financial standing
Selection criteria as stated in the procurement documents
Technical and professional ability
Selection criteria as stated in the procurement documents
Conditions related to the contract
Contract performance conditions:
“Please consult the associated documentation, which contains full instructions regarding the submission of tenders and is available to download from...”
Contract performance conditions
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 164147
Procedure Type of procedure
Restricted procedure
Information about a framework agreement or a dynamic purchasing system
Framework agreement with several operators
Description
Envisaged maximum number of participants to the framework agreement: 8
Administrative information
Time limit for receipt of tenders or requests to participate: 2020-04-14
12:00 📅
Languages in which tenders or requests to participate may be submitted: English 🗣️
Languages in which tenders or requests to participate may be submitted: Irish 🗣️
Complementary information Information about recurrence
This is a recurrent procurement ✅
Estimated timing for further notices to be published: 2025
Information about electronic workflows
Electronic payment will be used
Additional information
“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...”
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 subcontractors (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 website (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) The contract/framework agreement* is for use by the Dublin City Council and Dun Laoghaire-Rathdown County Council. Emailed/faxed/late tenders will not be accepted.
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.
• 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 2 GB per document. Documents larger than this should be divided into smaller files prior to upload.
• 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) 212439277 (9 a.m.-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) Appeals procedure: the body to whom appeals should be addressed is — the High Court, Four Courts, Inns Quay, Dublin 7.
11) All queries regarding this tender must be submitted through the Irish Government Procurement Opportunities Portal www.etenders.gov.ie (RFT 164147) as a specific question. Responses will be circulated to those candidates/tenderers 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 12.00 noon on 4 April 2020 to enable issue of responses to all interested parties.
12) 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.
Show more Review body
Name: The High Court
Postal address: Chief Registrar, High Court, Inns Quay
Postal town: Dublin 7
Country: Ireland 🇮🇪
Phone: +353 18886000📞
E-mail: highcourtcentraloffice@courts.ie📧
Source: OJS 2020/S 049-114963 (2020-03-05)
Contract award notice (2022-01-18) Contracting authority Name and addresses
Postal code: Dublin
Contracting authority (additional)
Postal address: County Hall, Marine Road, Dún Laoghaire, Co.Dublin, A96 K6C9
Object Scope of the procurement
Title:
“Multi-Party Framework Agreement for Carrying out Roadwork Contracts 2021-25 (less than 1 million)
164147”
Short description:
“Dublin City Council (DCC) will be facilitating the establishment of a Multi-Party Framework Agreement with multiple operators for contracts less than €1.0m...”
Short description
Dublin City Council (DCC) will be facilitating the establishment of a Multi-Party Framework Agreement with multiple operators for contracts less than €1.0m on behalf of itself and the Local Authorities listed hereunder who will be parties to the framework.
Dublin City Council
Dun Laoghaire-Rathdown County Council (DLRCC)
This Framework may involve some of the following work elements:
• Installation of ducts, gullies, drainage pipes
• Roadway repairs including potholes
• Footway repairs & refurbishment
• Construction and upgrade of footways
• Resurfacing (associated with the work)
• Granite and flagging work (high quality finish)
• Road and street improvements
• Development & Implementing of the TMP
• Installing street furniture, signage, shelters etc…
• Construction of walls & related works
• Installation of Traffic Signal & traffic islands
• Trial Holes
• Role of PSCS
Show more
Total value of the procurement (excluding VAT): EUR 21 400 000 💰
Description
Main site or place of performance: Dublin City Council Administrative Area
Description of the procurement:
“This Framework may involve some of the following work elements:
• Installation of ducts, gullies, drainage pipes manholes and chambers
• Roadway repairs...”
Description of the procurement
This Framework may involve some of the following work elements:
• Installation of ducts, gullies, drainage pipes manholes and chambers
• Roadway repairs including potholes(flexible and rigid)
• Footway repairs & refurbishment (incld.flags, concrete & bituminous)
• Construction and upgrade of footways, cycle tracks, bus stops, cycle lanes and bus lanes
• Resurfacing and High friction antiskid surfacing (associated with the work)
• Granite and flagging work (high quality finish)
• Diversion of services
• Road and street improvements (including widening and narrowing)
• Development & Implementing of the Traffic Management Plan
• Installation of Public Lighting columns
• Installation of tactile paving and dishing including installation and upgrade of pedestrian crossings
• Installation of Road markings (associated with other roadworks)
• Installing bollards, pedestrian barriers, street furniture, signage, cycle parking and shelters etc…
• Construction of walls & related works
• Installation of Traffic Signal & traffic islands
• Trial Holes/Site Investigations/Service Investigation/Geo Referencing/Noise & Vibration Control
• Role of PSCS
• Public Relations
• Weed Control
Show more Award criteria
Quality criterion (name): sTONE qUALITY
Quality criterion (weighting): 5
Quality criterion (name): wORKS programme
Quality criterion (name): Understanding of Works
Quality criterion (weighting): 20
Cost criterion (name): TOTAL cOST OF tENDER
Cost criterion (weighting): 70
Procedure Information about framework agreement
The procurement involves the establishment of a framework agreement
Administrative information
Previous publication concerning this procedure: 2020/S 049-114963
Award of contract
1️⃣
Contract Number: 1
Title:
“Multi-Party Framework Agreement for Carrying out Roadwork Contracts 2021-25 (less than 1 million)”
Date of conclusion of the contract: 2021-09-28 📅
Information about tenders
Number of tenders received: 8
Number of tenders received by electronic means: 8
Name and address of the contractor
Name: Actavo Ireland Limited (formerly Sierra Support Services Group)
National registration number: 105844
Postal address: Westland House
Postal town: Dublin 12
Postal code: Willow Road
Country: Ireland 🇮🇪
Phone: +353 14190900📞
E-mail: ian.cox@actavo.com📧
Region: Dublin🏙️
The contractor is an SME
Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 21 400 000 💰
2️⃣
Contract Number: Cairn Construction awarded contract for Clarendon Row
Name and address of the contractor
Name: Cairn Construction
National registration number: 9734304r
Postal address: Scurlogue, Grange - Con,
Postal town: Wicklow
Postal code: Co Wicklow
Phone: +353 872350529📞
E-mail: info@cairn.ie📧
Region: South-East 🏙️
URL: http://www.cairn.ie🌏 Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 21 400 000 💰
3️⃣
Contract Number: 3
Name and address of the contractor
Name: Clonmel Enterprises Ltd
National registration number: 2740100A
Postal address: Unit R, M7 Business Park, Newhall, Naas
Postal town: Naas
Postal code: Co. Kildare
Phone: +353 45981900📞
E-mail: tenders@clonmelent.com📧
Fax: +353 45981951 📠
Region: Eastern and Midland🏙️
URL: http://www.clonmelent.com🌏 Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 21 400 000 💰
4️⃣
Contract Number: 4
Name and address of the contractor
Name: Coffey Construction (I) Ltd.
National registration number: 6402121F
Postal address: Athenry
Postal town: Athenry
Postal code: Galway
Phone: +353 091844356📞
E-mail: tendering@coffeygroup.com📧
Fax: +353 091844519 📠
Region: West🏙️
URL: http://www.coffeygroup.com🌏 Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 21 400 000 💰
5️⃣
Contract Number: 5
Name and address of the contractor
Name: dmmorris ltd
National registration number: 9818407T
Postal address: 13 Parklands Office Park, Southern Cross Road, Bray
Postal town: co. wicklow
Postal code: Wicklow
Phone: +353 12819666📞
E-mail: tmorris@dmmorris.ie📧
Fax: +353 12819840 📠
URL: http://www.dmmorris.ie🌏 Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 21 400 000 💰
6️⃣
Contract Number: 6
Name and address of the contractor
Name: Jons Civil Engineering Company Limited
National registration number: IE 4633884J
Postal address: Duleek, Co. Meath, Ireland.
Postal town: Duleek
Postal code: Meath
Phone: +353 419823682📞
E-mail: andrewpentony@jonscivil.ie📧
Fax: +353 419823264 📠
URL: http://www.jonscivil.ie🌏 Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 21 400 000 💰
7️⃣
Contract Number: 7
Name and address of the contractor
Name: KN Network Services
National registration number: 303841
Postal address: KN Group, GHQ, Cloverhill Industrial Estate. Clond
Postal town: Dublin
Postal code: Dublin 22
Phone: +353 14575000📞
E-mail: tenders@knns.ie📧
Fax: +353 14575001 📠
URL: http://www.kngroup.com🌏 Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 21 400 000 💰
8️⃣
Contract Number: 8
Name and address of the contractor
Name: Richard Nolan Civil Engineering LTD
National registration number: 6400307J
Postal address: Unit 16 First Ave Cookstown Ind Est D24
Postal town: Dublin 24
Postal code: Dublin
Phone: +353 014528850📞
E-mail: declan@rnce.ie📧
Fax: +353 014513065 📠
URL: http://www.rnce.ie🌏 Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 21 400 000 💰
Complementary information Additional information
“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...”
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. The contract/framework agreement* is for use by the Dublin City Council and Dun Laoghaire-Rathdown County Council . Emailed/faxed/late tenders will not be accepted.
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.
• 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 document. Documents larger than this should be divided into smaller files prior to upload.
• 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. 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. Appeals procedure: The body to whom appeals should be addressed is – The High Court, Four Courts, Inns Quay, Dublin 7.
11. All queries regarding this tender must be submitted through the Irish Government Procurement Opportunities Portal www.etenders.gov.ie (RFT 164147) as a specific question. Responses will be circulated to those candidates/tenderers 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 4th April 2020 to enable issue of responses to all interested parties.
12. 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.
Show more Review body
Postal town: Dublin
Postal code: Dublin 7
Body responsible for mediation procedures
Name: Please consult your solictor
Postal town: please consult with your solictor
Country: Ireland 🇮🇪 Service from which information about the review procedure may be obtained
Name: Please consult your solictor
Postal town: please consult with your solictor
Country: Ireland 🇮🇪
Source: OJS 2022/S 015-031779 (2022-01-18)