Contract notice

Information

Published

Date of dispatch of this notice: 11/07/2019

Expire date: 16/08/2019

External Reference: 2019-205020

TED Reference: 2019/S 135-331446

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
Dublin
IE
Telephone: +353 012223938
Internet address(es):
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=147416&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

Invitation to tender for Multi Party Framework Agreement for the Supply and Delivery of Plant and Equipment to Dublin City Council Parks & Landscapes services Division (2019-2022)
II.1.2)

Main CPV code

16000000  -  Agricultural machinery
II.1.3)

Type of contract

Supplies
II.1.4)

Short description

Dublin City Council proposes to establish a 4 year multi party framework agreement for the supply and delivery of plant and equipment to Dublin City Council’s Parks & Landscape services division.
The framework will be in 3 lots:
Lot 1 - Tractors
Lot 2 - Tractor Mounted Equipment
Lot 3 - Mowers
Each lot will have a maximum of 5 suppliers, subject to receiving sufficient number of valid tenders. Tenderers can apply for, and be successful in 1, several or all lots.
Requirements under the framework will be met through mini competitions where each member of the applicable Lot will be issued a Supplementary Invitation to Tender detailing the scope of requirements, the award criteria and the closing date & time for submissions.
Please see the tender documents for full details.
II.1.5)

Estimated total value

Value excluding VAT: 760000.00  EUR
II.1.6)

Information about lots

This contract is divided into lots: yes
Tenders may be submitted for  all lots
Maximum number of lots that may be awarded to one tenderer:  3
II.2)

Description

II.2.1)

Title

Lot 1 - Tractors
Lot No:  1
II.2.2)

Additional CPV code(s)

16700000  -  Tractors
II.2.4)

Description of the procurement

This lot will be used to cover the following
requirements:
• agricultural tractors (generally between 50hp
and 120hp, with live P.T.O)
• compact tractors (<30 H.P. with no cutting deck),
• utility terrain vehicles (UTV / SxS) and
• vehicles similar to those mentioned above
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: 280000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48
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)

Description

II.2.1)

Title

Lot 2 - Tractor Mounted Equipment
Lot No:  2
II.2.2)

Additional CPV code(s)

16141000  -  Fertiliser distributors
16150000  -  Lawn or sports-ground rollers
16160000  -  Miscellaneous gardening equipment
16310000  -  Mowers
16311100  -  Lawn, park or sports-ground mowers
16400000  -  Spraying machinery for agriculture or horticulture
II.2.4)

Description of the procurement

This lot is for any tractor mounted equipment such as
(but not limited to):
• Trailed mowers (to include Cylinder, Rotary &
Flail types)
• Mounted sprayers (capacities ranging from 200
litres to 800 litres)
• Fertilizer Distributors (with hopper capacity of
200 litres to 1,000 litres)
• Leaf blowers- PTO driven, suitable for use with
compact tractor.
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: 320000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48
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)

Description

II.2.1)

Title

Lot 3 - Mowers
Lot No:  3
II.2.2)

Additional CPV code(s)

16160000  -  Miscellaneous gardening equipment
16310000  -  Mowers
16311000  -  Lawnmowers
16311100  -  Lawn, park or sports-ground mowers
II.2.4)

Description of the procurement

This lot is for various non-trailed mowers such as (but
not limited to):
• Ride-on/ tractor mowers (between 20hp – 30hp,
various cutting widths)
• Pedestrian mowers (push & self-propelled)
• Stand-on mowers – (self-propelled)
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: 160000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48
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

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: 151227

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:  15
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:  16/08/2019
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:  16/08/2019
Local time:  12:00
Place:  
The date and time for opening tenders set out above may change at the discretion of Dublin City Council.

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  yes
Estimated timing for further notices to be published:  
4 years
VI.2)

Information about electronic workflows

Electronic invoicing will be accepted
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.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 Culture, Recreation & Amenity 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.
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 maximum 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 Tel: 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: 151227) 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 6th August, 2019 @ 12 noon to enable issue of responses to all interested parties.
13.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.4.3)

Review procedure

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