Contract notice

Information

Published

Date of dispatch of this notice: 26/04/2018

Expire date: 25/06/2018

External Reference: 2018-774647

TED Reference: 2018/S 083-187331

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Dublin City Council
N/A
Civic Offices, Wood Quay
Dublin 8
Dublin
IE
Contact person: Jamie Cudden
Telephone: +353 12223081
NUTS code:  IE061 -  Dublin
Internet address(es):
Main address: www.smartdublin.ie

Belfast City Council
City Hall, Donegall Square
Belfast
BT1 5GS
UK
Contact person: Deirdre Ferguson
NUTS code:  UKN06 -  Belfast
Internet address(es):
I.2)

Joint procurement

The contract involves joint procurement
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=128243&B=ETENDERS_SIMPLE
Additional information can be obtained from
the abovementioned address:  
Tenders or requests to participate must be submitted
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

Small Business Innovation Research (SBIR) Last Mile Delivery
Reference number:  RFT133123
II.1.2)

Main CPV code

73300000  -  Design and execution of research and development
II.1.3)

Type of contract

Services
II.1.4)

Short description

Both Dublin and Belfast city council are looking for ways to enhance the efficiency and effectiveness of deliveries, reducing the number of goods vehicles in their respective urban centres, which in turn will improve air quality, noise pollution and road safety. This needs to be achieved in a way that minimises the financial impact to business in both cities.
We are confident that innovative and new approaches are possible leveraging new technology opportunities and business models which can also ensure the future competitiveness of Dublin and Belfast. Annex B includes some examples of current best practice solutions.
II.1.5)

Estimated total value

Value excluding VAT: 187000.00  EUR
II.1.6)

Information about lots

This contract is divided into lots: no
II.2)

Description

II.2.2)

Additional CPV code(s)

34115300  -  Second-hand transport vehicles
34130000  -  Motor vehicles for the transport of goods
38970000  -  Research, testing and scientific technical simulator
60100000  -  Road transport services
60112000  -  Public road transport services
60160000  -  Mail transport by road
60161000  -  Parcel transport services
63520000  -  Transport agency services
63521000  -  Freight transport agency services
63710000  -  Support services for land transport
63712000  -  Support services for road transport
64100000  -  Post and courier services
64110000  -  Postal services
64113000  -  Postal services related to parcels
64115000  -  Mailbox rental
64120000  -  Courier services
64121000  -  Multi-modal courier services
64121200  -  Parcel delivery services
64200000  -  Telecommunications services
64210000  -  Telephone and data transmission services
64216000  -  Electronic message and information services
66514000  -  Freight insurance and Insurance services relating to transport
66514100  -  Insurance related to Transport
73000000  -  Research and development services and related consultancy services
73100000  -  Research and experimental development services
73110000  -  Research services
73111000  -  Research laboratory services
73200000  -  Research and development consultancy services
73210000  -  Research consultancy services
79315000  -  Social research services
II.2.3)

Place of performance

NUTS code:  UKN06 -  Belfast
NUTS code:  IE061 -  Dublin
NUTS code:  IE0 -  IRELAND
Main site or place of performance:  
Dublin City Council and Belfast City Council
II.2.4)

Description of the procurement

Both Dublin and Belfast are looking for ways to enhance the efficiency and effectiveness of deliveries, reducing the number of goods vehicles in their respective urban centres, which in turn will improve air quality, noise pollution and road safety. This needs to be achieved in a way that minimises the financial impact to business in both cities.
We are confident that innovative and new approaches are possible leveraging new technology opportunities and business models which can also ensure the future competitiveness of Dublin and Belfast. Annex B includes some examples of current best practice solutions.
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: 187000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 18
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

Please consult the associated tender documentation which contains full instructions regarding the submission of tenders in respect of this completion.

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.1.8)

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 082-158589
IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  18/06/2018
Local time:  12:00
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 : 18  (from the date stated for receipt of tender)
IV.2.7)

Conditions for opening of tenders

Date:  18/06/2018
Local time:  12:00
Place:  
Dublin CIty Council
Information about authorised persons and opening procedure:  
Please note the date and time provided above and is subject to change at the discretion of Dublin City Council

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
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 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. Emailed/faxed/posted or late tenders will not be accepted. All tenders should be submitted using the application form provided and uploaded to the post-box on the www.etenders.gov.ie site.
7. Tender’s received in the form of promotional materials only will not be considered for further evaluation.
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 directed through the messages feature on the www.etenders.gov.ie site. 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 4.00pm on 21st of June 2018 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

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