Contract award notice

Information

Published

Date of dispatch of this notice: 19/11/2019

External Reference: 2019-219150

TED Reference: 2019/S 225-551576

Contract award notice

Contract award notice

Results of the procurement procedure

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: Cathal McCoy
Telephone: +353 012227513
Internet address(es):
Main address: www.dublincity.ie

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 the establishment of two single party framework agreements for the supply on lease hire of light commercial electric vehicles
Reference number:  150379
II.1.2)

Main CPV code

34144900  -  Electric vehicles
II.1.3)

Type of contract

Supplies
II.1.4)

Short description

Dublin City Council proposes to establish two single party framework agreements for 12 months, with an option to extend for a further 12 months with the agreement of both parties, for the supply on lease hire with maintenance of small electric panel vans and electric chassis cab truck with side loading box cage.
II.1.6)

Information about lots

This contract is divided into lots: yes
II.1.7)

Total value of the procurement

Value excluding VAT:  744809.00  EUR
II.2)

Description

II.2.1)

Title

Single party framework agreement for the supply on lease hire of small electric panel vans
Lot No:  1
II.2.2)

Additional CPV code(s)

34144900  -  Electric vehicles
34136200  -  Panel vans
34139100  -  Chassis cabs
II.2.3)

Place of performance

Main site or place of performance:  
Dublin City Council Depots
II.2.4)

Description of the procurement

Dublin City Council proposes to establish a single party framework agreement for 12 months, with an option to extend for a further 12 months with the agreement of both parties, for the supply on lease hire with maintenance for five years of approximately 17 small electric panel vans.
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Fitness for purpose of the product / service offered  /  Weighting:  22
Quality criterion  -  Name:  Warranty  /  Weighting:  3
Quality criterion  -  Name:  Delivery schedule offered  /  Weighting:  3
Quality criterion  -  Name:  Excess kilometres charge  /  Weighting:  3
Quality criterion  -  Name:  Early termination charges  /  Weighting:  3
Quality criterion  -  Name:  Added value  /  Weighting:  3
Cost criterion  -  Name:  Total lease hire cost  /  Weighting:  52
Cost criterion  -  Name:  Labour cost  /  Weighting:  11
II.2.11)

Information about options

Options: yes
Description of options:
Single party framework agreement for one year with an option to extend for a further year.
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

Single party framework agreement for the supply on lease hire of chassis cab electric trucks
Lot No:  2
II.2.2)

Additional CPV code(s)

34144900  -  Electric vehicles
II.2.3)

Place of performance

Main site or place of performance:  
Dublin City Council Depots
II.2.4)

Description of the procurement

Dublin City Council proposes to establish a single party framework agreement for 12 months, with an option to extend for a further 12 months with the agreement of both parties, for the supply on lease hire with maintenance for five years of approximately 2 electric chassis cab trucks with side loading box cage and end tipping body with a GVM no more than 3,500kg.
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Fitness for purpose of the product / service offered  /  Weighting:  22
Quality criterion  -  Name:  Warranty  /  Weighting:  3
Quality criterion  -  Name:  Delivery schedule offered  /  Weighting:  3
Quality criterion  -  Name:  Excess kilometres charge  /  Weighting:  3
Quality criterion  -  Name:  Early termination charges  /  Weighting:  3
Quality criterion  -  Name:  Added value  /  Weighting:  3
Cost criterion  -  Name:  Total lease hire cost  /  Weighting:  52
Cost criterion  -  Name:  Labour costs  /  Weighting:  11
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 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
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: 2019/S 112-274452

Section V: Award of contract

Contract No: 1

Title: Single party framework agreement for the supply on lease hire of small electric panel vans

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

29/10/2019
V.2.2)

Information about tenders

Number of tenders received:  3
Number of tenders received by electronic means:  3
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

Merrion Fleet Management
317799
15/16 Holly Avenue
Stillorgan, Co Dublin
Stillorgan Industria
IE
Telephone: +353 12139722
Fax: +353 12061128
Internet address: http://www.merrionfleet.ie

The contractor is an SME : yes
V.2.4)

Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot:  611587.00  EUR

Section V: Award of contract

Contract No: 2

Title: Single party framework agreement for the supply on lease hire of chassis cab electric trucks

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

14/11/2019
V.2.2)

Information about tenders

Number of tenders received:  3
Number of tenders received by electronic means:  3
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

Autolease Fleet Management (T/A Sixt Leasing)
IE3379246FH
Windsor Belgard
Dublin 24
Belgard Rd
IE
Internet address: http://www.sixtleasing.ie

The contractor is an SME : yes
V.2.4)

Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot:  133222.00  EUR

Section VI: Complementary information

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 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 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 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. 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 or process must be submitted through the Irish Government Procurement Opportunities Portal www.etenders.gov.ie (RFT ID: 150379) as a specific question. Responses will be circulated to those 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 should be submitted before 12th July 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 yout solicitor.