Contract notice

Information

Published

Date of dispatch of this notice: 13/08/2015

Expire date: 25/09/2015

External Reference: 2015-786229

TED Reference: 2015/S 158-290898

Contract notice

Cached Version

Contract notice

Classic Sector

Directive 2004/18/EC

Services

Section I: Contracting authority

I.1)

Name, addresses and contact point(s)

Dublin City Council
N/A
Culture, Recreation, Amenity & Community Dept.
Dublin 8  Block 4, Ground Floor, Civic Offices, Wood Quay
IE
For the attention of: Executive Manager
Telephone: +353 12223938
Further information can be obtained from:
Please see the tender documents available on www.etenders.gov.ie for full details.
.
.
IE
Internet address:
Specifications and additional documents (including documents for a dynamic purchasing system) can be obtained from:
Please see the tender documents available on www.etenders.gov.ie for full details.
.
.
IE
Internet address:
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.2)

Type of the contracting authority

Regional or local authority
I.3)

Main activity

  • General public services
I.4)

Contract award on behalf of other contracting authorities

The contracting authority is purchasing on behalf of other contracting authorities: no

Section II: Object of the contract

II.1)

Description

II.1.1)

Title attributed to the contract by the contracting authority:

Multi-operator Framework Agreement for Maintenance and Repair of Machinery.

II.1.2)

Type of contract and location of works, place of delivery or of performance

Services
    Category No1:  Maintenance and repair services
    Main site or location of works, place of delivery or of performance:

    Dublin City

    NUTS code
    Dublin
    II.1.3)

    Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)

    The notice involves the establishment of a framework agreement
    II.1.4)

    Information on framework agreement

    Framework agreement with several operators
    Number of participants to the framework agreement envisaged: 12
    Duration of the framework agreement
    Duration in years: 4
    Justification for a framework agreement, the duration of which exceeds four years: 
    Estimated total value of purchases for the entire duration of the framework agreement
    Estimated cost excluding VAT: 1200000  EUR
    Frequency and value of the contracts to be awarded:
    II.1.5)

    Short description of the contract or purchase(s)

    Dublin City Council proposes to establish a Multi Party Framework Agreement in 4 Lots, for the provision of machinery maintenance and repair services (expected to commence Q4 2015). The period of this Framework Agreement shall be for three years to cover 2015/2018. However there is an option to renew the framework agreement for one extra year to cover 2018/2019, at the sole discretion of Dublin City Council.

    The framework is primarily for use by the Parks and Landscape Services Division, but may also be extended for use by other divisions of Dublin City Council.

    The requirements are divided into four lots and tenderers may apply, and be successful, for admission to the framework under one or more lots.

    A minimum of three operators will be admitted to the framework per Lot, provided that three tenderers qualify in accordance with the selection and award criteria. Where it is not possible to include three tenderers, a lesser number may be admitted to the framework.

    Please see the tender document, which is available on www.etenders.gov.ie, for full details.

    II.1.6)

    Common procurement vocabulary (CPV)

    Main vocabulary
    50530000   Repair and maintenance services of machinery
    II.1.7)

    Information about Government Procurement Agreement (GPA)

    The contract is covered by the Government Procurement Agreement (GPA):  yes
    II.1.8)

    Lots

    This contract is divided into lots:  yes
    Tenders may be submitted for  one or more lots
    II.1.9)

    Information about variants

    Variants will be accepted:  no
    II.2)

    Quantity or scope of the contract

    II.2.1)

    Total quantity or scope:

    4 Lot, multiparty framework for 3 years with an optional 1 year extension.

    Estimated cost excluding VAT: 1200000  EUR
    II.2.2)

    Information about options

    Options: no
    II.2.3)

    Information about renewals

    This contract is subject to renewal: no
    II.3)

    Duration of the contract or time limit for completion

    Duration in months: 048 (from the award of the contract)

    Information about lots

    Lot No: 1  Lot title: Lot 1 – Agricultural Tractors
    1)

    Short description:

    Repair and maintenance as required of Agricultural tractors, mainly Massey Ferguson, Ursus, and Ford, Farmtrac, New Holland, SAME and Landini up to 90 horsepower (approx).

    2)

    Common procurement vocabulary (CPV)

    Main vocabulary
    50530000   Repair and maintenance services of machinery
    3)

    Quantity or scope:

    4)

    Indication about different date for duration of contract or starting/completion

    5)

    Additional information about lots:

    Lot No: 2  Lot title: Lot 2 - Grass Mowers/Compact Tractors
    1)

    Short description:

    Repair and maintenance as required of Compact Tractors and Ride-on mowers; mainly Kubota & John Deere models 18 horsepower to 30 horsepower approximately. Grass mowers include all types of grass mower such as pedestrian propelled rotary mowers, self propelled rotary/cylinder/flail mowers, tractor drawn rotary and gang cylinder mowers.

    2)

    Common procurement vocabulary (CPV)

    Main vocabulary
    50530000   Repair and maintenance services of machinery
    3)

    Quantity or scope:

    4)

    Indication about different date for duration of contract or starting/completion

    5)

    Additional information about lots:

    Lot No: 3  Lot title: Lot 3 – Handheld Equipment
    1)

    Short description:

    Repair and maintenance as required of chainsaws, strimmers, hedgecutters and other hand held equipment.

    2)

    Common procurement vocabulary (CPV)

    Main vocabulary
    50530000   Repair and maintenance services of machinery
    3)

    Quantity or scope:

    4)

    Indication about different date for duration of contract or starting/completion

    5)

    Additional information about lots:

    Lot No: 4  Lot title: Lot 4 - General Equipment
    1)

    Short description:

    Includes all types of cultivators, fertiliser distributors, sprayers, chippers, trailers, beach cleaner, and other items used in parks development and maintenance.

    2)

    Common procurement vocabulary (CPV)

    Main vocabulary
    50530000   Repair and maintenance services of machinery
    3)

    Quantity or scope:

    4)

    Indication about different date for duration of contract or starting/completion

    5)

    Additional information about lots:

    Section III: Legal, economic, financial and technical information

    III.1)

    Conditions relating to the contract

    III.1.4)

    Other particular conditions

    The performance of the contract is subject to particular conditions: no
    III.2)

    Conditions for participation

    III.2.1)

    Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers

    Information and formalities necessary for evaluating if the requirements are met:

    Please see the tender documents, available on www.etenders.gov.ie, for full details.

    III.2.2)

    Economic and financial ability

    Information and formalities necessary for evaluating if the requirements are met:

    Please see the tender documents, available on www.etenders.gov.ie, for full details.

    Minimum level(s) of standards possibly required:

    Please see the tender documents, available on www.etenders.gov.ie, for full details.

    III.2.3)

    Technical capacity

    Information and formalities necessary for evaluating if the requirements are met:

    Please see the tender documents, available on www.etenders.gov.ie, for full details.

    Minimum level(s) of standards possibly required:

    Please see the tender documents, available on www.etenders.gov.ie, for full details.

    III.3)

    Conditions specific to services contracts

    III.3.1)

    Information about a particular profession

    Execution of the service is reserved to a particular profession: no
    III.3.2)

    Staff responsible for the execution of the service

    Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no

    Section IV: Procedure

    IV.1)

    Type of procedure

    IV.1.1)

    Type of procedure

    Open
    IV.2)

    Award criteria

    IV.2.1)

    Award criteria

    The most economically advantageous tender in terms of , the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
    IV.2.2)

    Information about electronic auction

    An electronic auction will be used: no
    IV.3)

    Administrative information

    IV.3.1)

    File reference number attributed by the contracting authority

    RFT98579

    IV.3.2)

    Previous publication(s) concerning the same contract

    no
    IV.3.3)

    Conditions for obtaining specifications and additional documents or descriptive document

    Payable documents: no
    IV.3.4)

    Time limit for receipt of tenders or requests to participate

    25.09.2015 - 12:00
    IV.3.6)

    Language(s) in which tenders or requests to participate may be drawn up

    EN,GA
    IV.3.7)

    Minimum time frame during which the tenderer must maintain the tender

    Duration in months: 012 (from the date stated for receipt of tender)
    IV.3.8)

    Conditions for opening tenders

    Persons authorised to be present at the opening of tenders: no

    Section VI: Complementary information

    VI.1)

    Information about recurrence

    This is a recurrent procurement: no
    VI.2)

    Information about European Union funds

    The contract is related to a project and/or programme financed by European Union funds: no
    VI.3)

    Additional information:

    1. Dublin City Council is subject to the provisions of the Freedom of Information Act (FOI) 1997, 2003. 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 Acts.

    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 is primarily for use by the CRA /Department, but may also be extended for use by other divisions of Dublin City Council as requirements arise.

    7. Emailed/faxed/late tenders will not be accepted. Tenderers are asked to include a return address on the packaging.

    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 emailed to gary.sullivan@dublincity.ie. Queries must be in question format and must be submitted by email. 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 14th September 2015 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.

    VI.4)

    Procedures for appeal

    VI.4.1)

    Body responsible for appeal procedures

    The High Court
    Four Courts,
    Dublin 7  Inns Quay,
    IE
    Internet address:
     

    Body responsible for mediation procedures

    VI.4.2)

    Lodging of appeals

    Precise information on deadline(s) for lodging appeals:

    Please consult your solicitor

    VI.4.3)

    Service from which information about the lodging of appeals may be obtained