II.1)
Scope of the procurement
Supply on Lease Hire of Temporary Buildings Offices, Canteen, Showers and Welfare Facilities For Dublin City Council
44211100
-
Modular and portable buildings
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.2.2)
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.
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