Contract award notice

Information

Published

Date of dispatch of this notice: 15/02/2018

External Reference: 2018-318015

TED Reference: 2018/S 033-071732

Contract award notice

Cached Version

Contract award notice

Results of the procurement procedure

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Executive Manager Environment and Transportation Department
Block 2 Floor 6,Civic Offices Civic Offices, Wood Quay
Dublin 8
Dublin
IE
Contact person: Gordon Cronin
Telephone: +353 12224859
NUTS code:  IE061 -  Dublin
Internet address(es):
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

Supply on Lease Hire of Temporary Buildings Offices, Canteen, Showers and Welfare Facilities For Dublin City Council
II.1.2)

Main CPV code

44211100  -  Modular and portable buildings
II.1.3)

Type of contract

Supplies
II.1.4)

Short description

DCC proposes to establish a single party framework agreement for the provision of temporary buildings for Temporary Offices, Canteen, Showers and Welfare Facilities, (including delivery to site, off-load, lift into position, level and align, connect to services and removal upon completion of the rental term) with an initial contract for 5 number units at our Waste Management Services Depot at Davitt Rd Dublin 12.
II.1.6)

Information about lots

This contract is divided into lots: no
II.1.7)

Total value of the procurement

Value excluding VAT:  373420.00  EUR
II.2)

Description

II.2.2)

Additional CPV code(s)

30000000  -  Office and computing machinery, equipment and supplies except furniture and software packages
39000000  -  Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products
II.2.3)

Place of performance

NUTS code:  IE061 -  Dublin
Main site or place of performance:  
Waste Management Services Depot at Davitt Rd Dublin 12
II.2.4)

Description of the procurement

DCC proposes to establish a single party framework agreement for the provision of temporary buildings for Temporary Offices, Canteen, Showers and Welfare Facilities, (including delivery to site, off-load, lift into position, level and align, connect to services and removal upon completion of the rental term) with an initial contract for 5 number units at our Waste Management Services Depot at Davitt Rd Dublin 12.
Dublin City Council proposes to award an initial contract for 5 years, with an option for extension on an annual basis for an additional 5 years.
Fees quoted shall remain fixed for the initial 5 year period (2017-2022) and should Dublin City Council exercise the option to extend the contract annually, the prices submitted will also remain fixed for the extended contract. The extension would be based on the annual costs of the existing contract subject to periodic, annual and other reviews, and the agreement of both parties.
DCC must be given first refusal on an option to buy after the five/ten year lease.
The tenderer must provide a sample of each temporary building as detailed in the specification of requirements for Dublin City Council to inspect. Dublin City Council reserves the right before awarding any Contract to inspect the temporary buildings. Only after Dublin City Council is satisfied with the temporary buildings, will the contract be awarded.
An initial order of 2 temporary offices, 1 canteen facility, 1 changing room and 1 toilet/shower block will be awarded (See Section 3 and Appendix 1, 2, & 3 for specification).
Tenderers are required to be in a position to deliver these within 30 days of contract award, and to have completed the delivery, off-loading, positioning, levelling, and connections of the temporary buildings within one further week.
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Fitness for purpose of the product Offered  /  Weighting:  40
Quality criterion  -  Name:  Delivery schedules and Timeframe Offered  /  Weighting:  25
Quality criterion  -  Name:  Ultimate Cost  /  Weighting:  10
Cost criterion  -  Name:  Ultimate Cost  /  Weighting:  25
II.2.11)

Information about options

Options: yes
Description of options:
An initial contract for 5 years, with an option for extension on an annual basis for an additional 5 years.
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no

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

The procurement involves the establishment of a framework agreement
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.2.1)

Previous publication concerning this procedure

Notice number in the OJ S: 2017/S 120-242371

Section V: Award of contract

Contract No: 1

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

21/12/2017
V.2.2)

Information about tenders

Number of tenders received:  1
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

Portakabin (Ireland) Ltd
Roseville Business Park Turvey Avenue
Donabate Co Dublin
K36 K759
IE
Telephone: +353 18085124
NUTS code:  IE061 -  Dublin
Internet address: www.portakabin.ie

The contractor is an SME : yes
V.2.4)

Information on value of the contract/lot (excluding VAT)

Initial estimated total value of the contract/lot:  373420.00  EUR
Total value of the contract/lot:  373420.00  EUR

Section VI: Complementary information

VI.3)

Additional information

Additional Information – Dublin City Council
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. The framework agreement is primarily for use by the Waste Management 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 gordon.cronin@dublincity.ie for the attention
of Gordon Cronin. 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 17.00 on 18th 07 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.
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