Back to tenders & grants page
Ireland-Dublin: Engineering works and construction works Energy & Utilities Ireland-Dublin: Engineering works and construction works
Receive Tenders like this by email

Ireland-Dublin: Engineering works and construction works

Ireland-Dublin: Engineering works and construction works has been closed on 13 May 2022. It no longer accepts any bids. For further information, you can contact the Dublin City Council (N/A)

Bellow, you can find more information about this project: 

Location: Ireland

General information

Donor:

Dublin City Council (N/A)

Industry:

Energy & Utilities

Status:

Closed

Timeline

Published:

15 Apr 2022

Deadline:

13 May 2022

Value:

Not available

Contacts

Name:

Conor Lynch

Phone:

+353 12224566

353 (0) 21 243 92 77 (09:00am – 17:30pm GMT)

+353 18886000

Description

Contract notice

Works

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1)Name and addresses
Official name: Dublin City Council
National registration number: N/A
Postal address: Civic Offices, Wood Quay
Town: Dublin
NUTS code: IE061 Dublin
Postal code: Dublin 8
Country: Ireland
Contact person: Conor Lynch
E-mail: [email protected]
Telephone: +353 12224566
Internet address(es):
Main address: www.dublincity.ie
Address of the buyer profile: https://irl.eu-supply.com/ctm/Company/CompanyInformation/Index/267
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=210715&B=ETENDERS_SIMPLE
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted electronically via: http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=210715&B=ETENDERS_SIMPLE
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:

Royal Canal Greenway Phase 3

Reference number: DCC/12/0007
II.1.2)Main CPV code
45220000 Engineering works and construction works
II.1.3)Type of contract
Works
II.1.4)Short description:

The project consists of a Greenway route along the bank of the Royal Canal over an approximate 2.1km length between North Strand Rd (Newcomen Br) and Phibsborough Rd (Cross Guns Br).

II.1.5)Estimated total value
Value excluding VAT: 16 000 000.00 EUR
II.1.6)Information about lots
This contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)
45210000 Building construction work
45221000 Construction work for bridges and tunnels, shafts and subways
45221100 Construction work for bridges
45221110 Bridge construction work
45221111 Road bridge construction work
45221220 Culverts
45230000 Construction work for pipelines, communication and power lines, for highways, roads, airfields and railways; flatwork
45231110 Pipelaying construction work
45231221 Gas supply mains construction work
45231300 Construction work for water and sewage pipelines
45232440 Construction work for sewage pipes
45233100 Construction work for highways, roads
45233161 Footpath construction work
45233162 Cycle path construction work
45233290 Installation of road signs
45233294 Installation of road signals
45262210 Foundation work
45262310 Reinforced-concrete work
45262522 Masonry work
50232110 Commissioning of public lighting installations
II.2.3)Place of performance
NUTS code: IE061 Dublin
II.2.4)Description of the procurement:

The project consists of a Greenway route along the bank of the Royal Canal over an approximate 2.1km length between North Strand Rd (Newcomen Br) and Phibsborough Rd (Cross Guns Br).

The key aspects of the project can be summarised as follows:

• Construction of a dedicated cycle track and footpath, segregated by a slight level difference;

• The route follows the existing tow paths which will require localised widening. In particular, two sections of the existing tow path will require the installation of a significant length of sheet piles in the canal to facilitate the required widening.

The project involves a number of new structures including:

• A retained earth structure from the tow path to footpath level at Phibsborough Rd;

• A new steel bridge crossing the canal adjacent to Lock Gate 3;

• New concrete ramps;

• New concrete structural ramps/bridges;

• Various minor concrete, masonary and retained earth structures;

Includes 5 no. new signalised toucan crossings or junction signal upgrades to be provided Associated ducting, chambers and cabinets also to be provided as part of the works and Infrastructure as follows;

• Infrastructure for a proposed ESB Networks 110kV circuit is to be provided along the length of the route which include 5 no. ducts and junction bays to facilitate future pulling of cables;

• Replacement of existing public lighting heads along the entire route and associated lighting columns, pole retention sockets, ducting, chambers, ESB mini pillars and power supply connections;

• Replacement of CCTV infrastructure along the entire route

• Installation of 4 no. additional ducts along the entire route;

• A services crossing of the canal at a point east of Lock Gate 3 which is expected to require temporary damming of a short section of the canal.

Removal of existing services including:

• 1.5km of existing gas main and 2.1km of existing CCTV ducting

• The route requires a section of cut into the existing ground level with gas main diversion

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: 16 000 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
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

Section IV: Procedure

IV.1)Description
IV.1.1)Type of procedure
Open procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
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: 13/05/2022
Local time: 12:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4)Languages in which tenders or requests to participate may be submitted:
English
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
Duration in months: 6 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tenders
Date: 13/05/2022
Local time: 12:00

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
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 [email protected] 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: 210938, 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 26/04/2021 at 12.00hrs (Irish Time) 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 210938 for further information.

VI.4)Procedures for review
VI.4.1)Review body
Official name: The High Court
Postal address: Chief Registrar, High Court, Inns Quay
Town: Dublin
Postal code: Dublin 7
Country: Ireland
E-mail: [email protected]
Telephone: +353 18886000
VI.4.2)Body responsible for mediation procedures
Official name: Mediator
Town: Dublin
Country: Ireland
VI.4.4)Service from which information about the review procedure may be obtained
Official name: Consult Legal Advisor
Town: Dublin
Country: Ireland
VI.5)Date of dispatch of this notice:
12/04/2022

http://ted.europa.eu/udl?uri=TED:NOTICE:197520-2022:TEXT:EN:HTML&src=0&tabId=2

Get free access to our Tenders & Grants Database

Our service is free of charge and will always be

Join Now

Donors

Find out more