Contract notice

Information

Published

Date of dispatch of this notice: 25/06/2019

Expire date: 31/07/2019

External Reference: 2019-236720

TED Reference: 2019/S 123-300652

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Dublin City Council - Traveller Accommodation Unit
N/A
Civic Offices, Wood Quay
Dublin 8
Dublin
IE
Contact person: Pat Teehan
Internet address(es):
Main address: www.dublincity.ie

South Dublin County Council
County Hall, Tallaght, Dublin 24
Tallaght
D24 YNN5
IE
Internet address(es):
Main address: http://www.sdcc.ie/

Fingal County Council
County Hall, Main Street, Swords, County Dublin
Swords
K67 X8Y2
IE
Internet address(es):
Dun Laoghaire-Rathdown County Council
County Hall, Marine Road, Dun Laoghaire, County Dublin
Dun Laoghaire
A96 K6C9
IE
Internet address(es):
Main address: http://www.dlrcoco.ie

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=148728&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-operator Framework Agreement for Security Services for Traveller Accommodation Units
Reference number:  152467
II.1.2)

Main CPV code

79713000  -  Guard services
II.1.3)

Type of contract

Services
II.1.4)

Short description

'Dublin City Council proposes to establish a Multi-Party Framework Agreement, in three Lots, for the provision of Security Services in respect of Traveller Accommodation Units, on behalf of itself, South Dublin County Council, Fingal County Council, and Dún Laoghaire-Rathdown County Council who will be parties to the Framework Agreement. The term of the Framework Agreement will be for three years with the option, at the sole discretion of Dublin City Council to extend the term for a period or periods of up to 12 months with a maximum of two such extensions on the same terms and conditions.
II.1.5)

Estimated total value

Value excluding VAT: 750000.00  EUR
II.1.6)

Information about lots

This contract is divided into lots: yes
Tenders may be submitted for  all lots
II.2)

Description

II.2.1)

Title

Provision of Security Personnel (Specific Tasks)
Lot No:  1
II.2.2)

Additional CPV code(s)

79710000  -  Security services
II.2.4)

Description of the procurement

There may be requirements for the provision of
Security Personnel seven days per week including
Seasonal/Public and Bank Holidays in respect of the
following tasks;Serving notices and other
correspondence,Evictions from houses/sites to
include illegally occupied lands or sites, Removal of
caravans and mobile homes and other general
requirements. Please refer to tender documents for
further 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: 300000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 60
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

The Seizure of Horses in respect of Traveller specific accommodation
Lot No:  2
II.2.2)

Additional CPV code(s)

79710000  -  Security services
77500000  -  Animal husbandry services
85200000  -  Veterinary services
II.2.4)

Description of the procurement

From time to time there may be a requirement, under
the Control of Horses Act 1996 and the Control of
Horses Bye laws 2014, for Security assistance seven
days per week including Seasonal/Public and Bank
Holidays in respect of the following; Seizing horses
Stabling horses, Veterinary care, Marking sheet,
Microchipping, Put-down/Knackery/Disposal, Re-
homing of horses, Accompany Animal Welfare
operatives in the process of seizing, controlling of
animals.
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: 150000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 60
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

Provision of Security Personnel (Ad hoc requirements)
Lot No:  3
II.2.2)

Additional CPV code(s)

79710000  -  Security services
II.2.4)

Description of the procurement

There may be requirements for the provision of
Security Personnel to provide Security Services
other than those outlined in Lots 1 and 2, in
connection with Traveller Accommodation, in respect
of but not exclusively the following; Providing
security for contractors on offsite locations;
Providing security
for onsite building contractors, night protection of
property, secure lands/properties, provide personal
security and/or security personnel or other
measures as necessary.
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: 300000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 60
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 refer to tender document for details.

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
In the case of framework agreements, provide justification for any duration exceeding 4 years:  The purpose of the term of this Framework Agreement is to align with the overall strategic Traveller Accommodation Programme 1st July 2019 to 30th June 2024.
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:  31/07/2019
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:  31/07/2019
Local time:  12:00
Information about authorised persons and opening procedure:  
The date and time set out above 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.2)

Information about electronic workflows

Electronic invoicing will be accepted
VI.3)

Additional information

Additional Information – 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.
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. 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. 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. 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. The contract is primarily for use by the Traveller Accommodation Unit, but may also be extended for use by other divisions of Dublin City Council as requirements arise. Emailed/faxed/late tenders will not be accepted. Tenderers are asked to include a return address on the packaging. 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 Telephone: 353 (0) 21 243 92 77 (09:00am – 17:30pm GMT)Tenders may be submitted in English or in the Irish language. Please note that OJEU contracts are covered by the Government Procurement Agreement (GPA). Appeals procedure: The body to whom appeals should be addressed is – The High Court, Four Courts, Inns Quay, Dublin 7. All queries regarding this tender must be emailed to
ww.etenders.gov.ie. Queries must be in question format and must be submitted by email. Responses will be circulated to those 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 17th 07 2019 to enable issue of responses to all interested parties. 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