Contract notice

Information

Published

Date of dispatch of this notice: 08/05/2019

Expire date: 11/06/2019

External Reference: 2019-282886

TED Reference: 2019/S 091-218228

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: Said Shawqi
Telephone: +353 12222555
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=143788&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

MULTI-PARTY FRAMEWORK AGREEMENT FOR SUPPLY OF ROAD SIGNS, SIGNPOSTS AND FLEXIBLE BOLLARDS
Reference number:  147790
II.1.2)

Main CPV code

34992200  -  Road signs
II.1.3)

Type of contract

Supplies
II.1.4)

Short description

Dublin City Council proposes to establish a Multiparty Framework Agreement for 2 years from the date of signing the agreement. Tenderers not eliminated in the Selection Criteria will be admitted to the Framework Agreement ranked on the basis of price, where, the lowest price tenderer for each will be appointed for the supply of that item for the duration of the Framework Agreement. The mechanism for purchasing during the contract will be the cascade method, where when the lowest price tenderer for a specific item cannot fulfil the requirements of the order for that item the order will be offered to the next ranked tenderer for that if the next ranked tenderer is unable to fulfil the requirement, then it will be offered to the next ranked tenderer, and so on. In 2018 the total spends was approximately €110K. Under this framework agreement no obligation whatsoever exists on Dublin City Council to award any contract or guarantee any volume of orders.
II.1.5)

Estimated total value

Value excluding VAT: 440000.00  EUR
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

34928450  -  Bollards
34928472  -  Sign posts
34992300  -  Street signs
44144000  -  Posts
II.2.3)

Place of performance

Main site or place of performance:  
www.dublincity.ie
II.2.4)

Description of the procurement

Dublin City Council proposes to establish a Multiparty Framework Agreement for 2 years from the date of signing the agreement for the supply of road signs, signs posts and flexible bollards in Dublin City Council area. Tenderers no eliminated in the Selection Criteria will be admitted to the Framework Agreement ranked on the basis of price, where, the lowest price tenderer for each will be appointed for the supply of that item for the duration of the Framework Agreement. The mechanism for purchasing during the contract will be the cascade method, where when the lowest price tenderer for a specific item cannot fulfil the requirements of the order for that item the order will be offered to the next ranked tenderer for that if the next ranked tenderer is unable to fulfil the requirement, then it will be offered to the next ranked tenderer, and so on. In 2018 the total spends for the supply of road signs, signs posts and flexible bollards was approximately €110K. Under this framework agreement no obligation whatsoever exists on Dublin City Council to award any contract or guarantee any volume of orders.
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: 440000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24
This contract is subject to renewal: yes
Description of renewals:  
The Framework Agreement may be extended twice each extension for 12 months subject to annual, periodic, and other reviews.
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

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
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement:  3
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:  11/06/2019
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)
IV.2.7)

Conditions for opening of tenders

Date:  11/06/2019
Local time:  12:00

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 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 Environment & Transportation 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.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
• There is a maximum upload limit of 2GB per file. Documents larger than this should be divided into smaller files prior to upload
• In order to submit a document to the electronic postbox, please note that you must click “Submit Response”. After submitting a response, the response may be modified and re-submitted as many times as may be necessary until the RFT deadline has expired. Suppliers should be aware that the “Submit Response” button will be disabled automatically upon the expiration of the response deadline
• 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) 21 243 92 77 (09:00am – 17:30pm GMT)
9.Tenders may be submitted in English or in the Irish language.
10.All queries regarding this tender must be directed to the messaging facility on www.etenders.gov.ie. RFT ID: 147790. Queries must be in question format. 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 12 noon on 24th May 2019 to enable issue of responses to all interested parties.
11.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

VI.4.2)

Body responsible for mediation procedures

Please contact your solicitor
Dublin
Dublin 7
IE

VI.4.4)

Service from which information about the review procedure may be obtained

Please contact your solicitor
Dublin
IE