Contract notice

Information

Published

Date of dispatch of this notice: 22/12/2016

Expire date: 01/02/2017

External Reference: 2016-862379

TED Reference: 2016/S 249-456895

Contract notice

Cached Version

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Dublin City Council
N/A
Dublin City Council, Housing & Residential Services, Block 2, Floor 3, Civic Offices, Wood Quay
Dublin 8
Dublin
IE
Contact person: Shane Hawkshaw
Telephone: +353 2227514
NUTS code:  IE -  IRELAND
Internet address(es):
Main address: www.dublincity.ie

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=106728&B=ETENDERS_SIMPLE
Additional information can be obtained from
the abovementioned address:  
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 Agreement for the Provision of Energy Efficiency Retrofitting in Dublin City Housing Stock
II.1.2)

Main CPV code

45321000  -  Thermal insulation work
II.1.3)

Type of contract

Works
II.1.4)

Short description

Energy Efficiency Retrofitting will be carried out Dublin City Council owned residential properties. The tender comprises of 5 Lots based on Dublin City Council Administrative Areas. Subject to to there being sufficient responses it is envisaged that up to 10 operators may be appointed for each of the 5 frameworks. Tenderers can apply for inclusion in one, some, or all lots.
For further information please refer to tender documentation available to download on www.etenders.gov.ie RFT ID 112562
II.1.5)

Estimated total value

Value excluding VAT: 6000000.00  EUR
II.1.6)

Information about lots

This contract is divided into lots: yes
Tenders may be submitted for  all lots
II.2)

Description

II.2.1)

Title

Central Area
Lot No:  1
II.2.2)

Additional CPV code(s)

45261410  -  Roof insulation work
45320000  -  Insulation work
45331000  -  Heating, ventilation and air-conditioning installation work
45410000  -  Plastering work
45421112  -  Installation of window frames
71314310  -  Heating engineering services for buildings
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
II.2.4)

Description of the procurement

Energy Efficiency Retrofitting will be carried out Dublin City Council owned residential properties. The tender comprises of 5 Lots based on Dublin City Council Administrative Areas. Subject to to there being sufficient responses it is envisaged that up to 10 operators may be appointed for each of the 5 frameworks. Tenderers can apply for inclusion in one, some, or all lots.
Within each framework work will be allocated in tranches of 5 to 15 houses (average 10). Please see Volume A Statement of Requirements and Framework Agreement for use with Term Maintenance and Refurbishment Works Contract for further information.
A Bill of Quantities (Volumn C- Pricing Documentation) has been prepared based on the profile of the housing stock in each lot. The overall average requirement for each service (across the 5 lots is as follows:
External Wall Insulation* 78% of properties
Internal Wall Insulation (dry-lining) 17% of properties
Window Replacement 20% of properties
Attic Insulation 100% of properties
Cavity Insulation 5% of properties
* External Wall Insulation Breakdown Mid-terrace to End terrace 3 to 1.
All work carried out and materials provided are to be compliant with the specifications available at:
https://www.nsai.ie/S-R-54-2014-Code-of-Practice.aspx
http://www.seai.ie/Grants/Better_energy_homes/contractor/QADP.pdf
http://www.rebelenergy.ie/ce17.pdf
Please Note that it is expected that works will take place in occupied dwellings.
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: 1050000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 12
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

The tender comprises of 5 Lots based on Dublin City Council Administrative Areas. These are called Local Areas and are used to co-ordinate the delivery of services the relevant area. A PDF map of the Dublin City Council Local Areas can be downloaded at http://www.dublincity.ie/sites/default/files/content/YourCouncil/LocalAreaServices/Documents/new%20boundaries%20map.pdf
II.2)

Description

II.2.1)

Title

North Central Area
Lot No:  2
II.2.2)

Additional CPV code(s)

45261410  -  Roof insulation work
45320000  -  Insulation work
45331000  -  Heating, ventilation and air-conditioning installation work
45410000  -  Plastering work
45421112  -  Installation of window frames
71314310  -  Heating engineering services for buildings
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
II.2.4)

Description of the procurement

Energy Efficiency Retrofitting will be carried out Dublin City Council owned residential properties. The tender comprises of 5 Lots based on Dublin City Council Administrative Areas. Subject to to there being sufficient responses it is envisaged that up to 10 operators may be appointed for each of the 5 frameworks. Tenderers can apply for inclusion in one, some, or all lots.
Within each framework work will be allocated in tranches of 5 to 15 houses (average 10). Please see Volume A Statement of Requirements and Framework Agreement for use with Term Maintenance and Refurbishment Works Contract for further information.
A Bill of Quantities (Volumn C- Pricing Documentation) has been prepared based on the profile of the housing stock in each lot. The overall average requirement for each service (across the 5 lots is as follows:
External Wall Insulation* 78% of properties
Internal Wall Insulation (dry-lining) 17% of properties
Window Replacement 20% of properties
Attic Insulation 100% of properties
Cavity Insulation 5% of properties
* External Wall Insulation Breakdown Mid-terrace to End terrace 3 to 1.
All work carried out and materials provided are to be compliant with the specifications available at:
https://www.nsai.ie/S-R-54-2014-Code-of-Practice.aspx
http://www.seai.ie/Grants/Better_energy_homes/contractor/QADP.pdf
http://www.rebelenergy.ie/ce17.pdf
Please Note that it is expected that works will take place in occupied dwellings.
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: 1050000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 12
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

The tender comprises of 5 Lots based on Dublin City Council Administrative Areas. These are called Local Areas and are used to co-ordinate the delivery of services the relevant area. A PDF map of the Dublin City Council Local Areas can be downloaded at http://www.dublincity.ie/sites/default/files/content/YourCouncil/LocalAreaServices/Documents/new%20boundaries%20map.pdf
II.2)

Description

II.2.1)

Title

North West Area
Lot No:  3
II.2.2)

Additional CPV code(s)

45261410  -  Roof insulation work
45320000  -  Insulation work
45331000  -  Heating, ventilation and air-conditioning installation work
45410000  -  Plastering work
45421112  -  Installation of window frames
71314310  -  Heating engineering services for buildings
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
II.2.4)

Description of the procurement

Energy Efficiency Retrofitting will be carried out Dublin City Council owned residential properties. The tender comprises of 5 Lots based on Dublin City Council Administrative Areas. Subject to to there being sufficient responses it is envisaged that up to 10 operators may be appointed for each of the 5 frameworks. Tenderers can apply for inclusion in one, some, or all lots.
Within each framework work will be allocated in tranches of 5 to 15 houses (average 10). Please see Volume A Statement of Requirements and Framework Agreement for use with Term Maintenance and Refurbishment Works Contract for further information.
A Bill of Quantities (Volumn C- Pricing Documentation) has been prepared based on the profile of the housing stock in each lot. The overall average requirement for each service (across the 5 lots is as follows:
External Wall Insulation* 78% of properties
Internal Wall Insulation (dry-lining) 17% of properties
Window Replacement 20% of properties
Attic Insulation 100% of properties
Cavity Insulation 5% of properties
* External Wall Insulation Breakdown Mid-terrace to End terrace 3 to 1.
All work carried out and materials provided are to be compliant with the specifications available at:
https://www.nsai.ie/S-R-54-2014-Code-of-Practice.aspx
http://www.seai.ie/Grants/Better_energy_homes/contractor/QADP.pdf
http://www.rebelenergy.ie/ce17.pdf
Please Note that it is expected that works will take place in occupied dwellings.
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 12
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

The tender comprises of 5 Lots based on Dublin City Council Administrative Areas. These are called Local Areas and are used to co-ordinate the delivery of services the relevant area. A PDF map of the Dublin City Council Local Areas can be downloaded at http://www.dublincity.ie/sites/default/files/content/YourCouncil/LocalAreaServices/Documents/new%20boundaries%20map.pdf
II.2)

Description

II.2.1)

Title

South Central Area
Lot No:  4
II.2.2)

Additional CPV code(s)

45261410  -  Roof insulation work
45320000  -  Insulation work
45331000  -  Heating, ventilation and air-conditioning installation work
45410000  -  Plastering work
45421112  -  Installation of window frames
71314310  -  Heating engineering services for buildings
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
II.2.4)

Description of the procurement

Energy Efficiency Retrofitting will be carried out Dublin City Council owned residential properties. The tender comprises of 5 Lots based on Dublin City Council Administrative Areas. Subject to to there being sufficient responses it is envisaged that up to 10 operators may be appointed for each of the 5 frameworks. Tenderers can apply for inclusion in one, some, or all lots.
Within each framework work will be allocated in tranches of 5 to 15 houses (average 10). Please see Volume A Statement of Requirements and Framework Agreement for use with Term Maintenance and Refurbishment Works Contract for further information.
A Bill of Quantities (Volumn C- Pricing Documentation) has been prepared based on the profile of the housing stock in each lot. The overall average requirement for each service (across the 5 lots is as follows:
External Wall Insulation* 78% of properties
Internal Wall Insulation (dry-lining) 17% of properties
Window Replacement 20% of properties
Attic Insulation 100% of properties
Cavity Insulation 5% of properties
* External Wall Insulation Breakdown Mid-terrace to End terrace 3 to 1.
All work carried out and materials provided are to be compliant with the specifications available at:
https://www.nsai.ie/S-R-54-2014-Code-of-Practice.aspx
http://www.seai.ie/Grants/Better_energy_homes/contractor/QADP.pdf
http://www.rebelenergy.ie/ce17.pdf
Please Note that it is expected that works will take place in occupied dwellings.
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: 1050000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 12
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

The tender comprises of 5 Lots based on Dublin City Council Administrative Areas. These are called Local Areas and are used to co-ordinate the delivery of services the relevant area. A PDF map of the Dublin City Council Local Areas can be downloaded at http://www.dublincity.ie/sites/default/files/content/YourCouncil/LocalAreaServices/Documents/new%20boundaries%20map.pdf
II.2)

Description

II.2.1)

Title

South East Area
Lot No:  5
II.2.2)

Additional CPV code(s)

45261410  -  Roof insulation work
45320000  -  Insulation work
45331000  -  Heating, ventilation and air-conditioning installation work
45410000  -  Plastering work
45421112  -  Installation of window frames
71314310  -  Heating engineering services for buildings
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
II.2.4)

Description of the procurement

Energy Efficiency Retrofitting will be carried out Dublin City Council owned residential properties. The tender comprises of 5 Lots based on Dublin City Council Administrative Areas. Subject to to there being sufficient responses it is envisaged that up to 10 operators may be appointed for each of the 5 frameworks. Tenderers can apply for inclusion in one, some, or all lots.
Within each framework work will be allocated in tranches of 5 to 15 houses (average 10). Please see Volume A Statement of Requirements and Framework Agreement for use with Term Maintenance and Refurbishment Works Contract for further information.
A Bill of Quantities (Volumn C- Pricing Documentation) has been prepared based on the profile of the housing stock in each lot. The overall average requirement for each service (across the 5 lots is as follows:
External Wall Insulation* 78% of properties
Internal Wall Insulation (dry-lining) 17% of properties
Window Replacement 20% of properties
Attic Insulation 100% of properties
Cavity Insulation 5% of properties
* External Wall Insulation Breakdown Mid-terrace to End terrace 3 to 1.
All work carried out and materials provided are to be compliant with the specifications available at:
https://www.nsai.ie/S-R-54-2014-Code-of-Practice.aspx
http://www.seai.ie/Grants/Better_energy_homes/contractor/QADP.pdf
http://www.rebelenergy.ie/ce17.pdf
Please Note that it is expected that works will take place in occupied dwellings.
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: 1050000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 12
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

The tender comprises of 5 Lots based on Dublin City Council Administrative Areas. These are called Local Areas and are used to co-ordinate the delivery of services the relevant area. A PDF map of the Dublin City Council Local Areas can be downloaded at http://www.dublincity.ie/sites/default/files/content/YourCouncil/LocalAreaServices/Documents/new%20boundaries%20map.pdf

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

Open procedure
IV.1.3)

Information about a framework agreement or a dynamic purchasing system

Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement:  50
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:  30/01/2017
Local time:  14:00
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English, Irish
IV.2.6)

Minimum time frame during which the tenderer must maintain the tender

Duration in months : 12  (from the date stated for receipt of tender)
IV.2.7)

Conditions for opening of tenders

Date:  30/01/2017
Local time:  16:00
Place:  
Dublin City Council
Please note the date and time of opening tenders is subject to change at Dublin City Council’s discretion

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.3)

Additional information

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 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 Term Maintenance and Refurbishment Works Contract is primarily for use by the Housing & Residential Services 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 shane.hawkshaw@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 14:00 on 16th 01 2017 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.
13.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

High Court
Chief Registrar, The Four Courts
Inns Quay
Dublin 7
IE
Telephone: +353 18886000

VI.4.3)

Review procedure

Precise information on deadline(s) for review procedures: 
Please contact your solicitor
VI.5)

Date of dispatch of this notice

22/12/2016