Contract notice

Information

Published

Date of dispatch of this notice: 26/09/2018

Expire date: 26/10/2018

External Reference: 2018-235021

TED Reference: 2018/S 187-422738

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Dublin City Council
N/A
Culture, Recreation & Economic Services
Block 4, Ground Floor, Civic Offices, Wood Quay, Dublin 8
IE
Contact person: Gary Sullivan
Telephone: +353 012223938
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=134729&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

Provision of Event Management and Programming services for the Fanzones events associated with UEFA EURO 2020
Reference number:  139270
II.1.2)

Main CPV code

79952100  -  Cultural event organisation services
II.1.3)

Type of contract

Services
II.1.4)

Short description

Dublin City Council proposes to engage in a competitive process for the establishment of a framework agreement for Event Management and Programming Services for UEFA EURO 2020.
Dublin will host four games in total, three group matches and 1 round of 16 game. The matches will take place in the Aviva Stadium.
In tandem with the football matches it is proposed to have a number of complementary activities taking place. These will include organised public viewing areas and a Football Festival Village (together the Fanzones).
Dublin City Council is seeking the services of a suitably qualified provider to develop a creative direction for the UEFA EURO 2020 Football Festival Village and Public Viewing Areas along with the management of programming, marketing, health & safety and all operational and logistical elements.
Please see tender documents, available at www.etenders.gov.ie -
RFT ID 139270, for full details.
II.1.5)

Estimated total value

Value excluding VAT: 2900000.00  EUR
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

79950000  -  Exhibition, fair and congress organisation services
79951000  -  Seminar organisation services
79952000  -  Event services
79953000  -  Festival organisation services
79956000  -  Fair and exhibition organisation services
II.2.4)

Description of the procurement

Dublin City Council proposes to engage in a competitive process for the establishment of a framework agreement for Event Management and Programming Services for UEFA EURO 2020.
Dublin was chosen as one of the host cities for UEFA’s Euro 2020 and will host four games in total, three group matches and 1 round of 16 game. The matches will take place in the Aviva Stadium.
In tandem with the football matches it is proposed to have a number of complementary activities taking place. These will include organised public viewing areas and a Football Festival Village (together the Fanzones).
Dublin City Council is seeking the services of a suitably qualified provider to develop a creative direction for the UEFA EURO 2020 Football Festival Village and Public Viewing Area along with the management of programming, marketing, health & safety and all operational and logistical elements of the festival.
Other activities run in conjunction with Fanzones Euro 2020 (such as Host City Dressing and pre-tournament promotional events) are also included under this framework.
Please see tender documents, available at www.etenders.gov.ie RFTID - 139270, for full details.
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: 2900000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 19
This contract is subject to renewal: no
II.2.9)

Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 5
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

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

III.2.2)

Contract performance conditions

Please see tender documents available to download from www.etenders.gov.ie RFT ID: 139270.

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Competitive procedure with negotiation
IV.1.3)

Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement
Framework agreement with a single operator
IV.1.4)

Information about reduction of the number of solutions or tenders during negotiation or dialogue

Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated
IV.1.5)

Information about negotiation

The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations
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:  26/10/2018
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 : 12  (from the date stated for receipt of tender)

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.2)

Information about electronic workflows

Electronic payment will be used
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 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. 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 Euro 2020 Project, 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.
8. Suppliers should note the following when making their submission:
• To enable submission of multiple documents concurrently, download and install the ‘Upload Manager ActiveX’ facility to your eTenders user profile.
• When using the ‘Upload Manager’ facility do not use the ‘Schedule’ option.
• Instead, use only the ‘Upload’ option, which will enable monitoring of the upload.
• Suppliers who do not use the Upload Manager can upload individual files, however please ensure to allow sufficient time for upload.
• There is a max upload limit of 2GB per document. Documents larger than this should be divided into smaller files prior to upload.
• Should you experience difficulty when uploading documents please contact the eTenders Support Desk for technical assistance. Email etenders@eu-supply.com or Telephone: 353 (0)21 2439277 (09:00am–17:30pm GMT)
9. Tenders may be submitted in English or in the Irish language.
10. Please note that OJEU contracts are covered by the Government Procurement Agreement (GPA).
11. Appeals procedure: The body to whom appeals should be addressed is – The High Court, Four Courts, Inns Quay, Dublin 7.
12. All queries regarding this tender requirement or process must be submitted through the Irish Government Procurement Opportunities Portal www.etenders.gov.ie (RFT ID:139270) as a specific question. Responses will be circulated to those candidates/tenderers that have registered an interest in this notice on www.etenders.gov.ie. The details of the person making a query will not be disclosed when circulating the response.
All queries must be submitted before 16th October, 2018 @ 12 noon to enable issue of responses to all interested parties.
13. 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

VI.4.3)

Review procedure

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