Contract notice

Information

Published

Date of dispatch of this notice: 27/01/2020

Expire date: 02/03/2020

External Reference: 2020-269583

TED Reference: 2020/S 020-044474

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: Noel McEvoy
Telephone: +353 2224493
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=161173&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 Multi-Party Framework Agreement for the Maintenance and Repair of Machinery
II.1.2)

Main CPV code

50100000  -  Repair, maintenance and associated services of vehicles and related equipment
II.1.3)

Type of contract

Services
II.1.4)

Short description

Dublin City Council proposes to establish a Multi-Party Framework Agreement in Four Lots, for the provision of machinery maintenance and repair services. The period of this Framework Agreement shall be for three years to cover 2020 to 2023. However there is an option to extend the Framework Agreement for one extra year to cover 2023 to 2024, this will be at the sole discretion of Dublin City Council.
The Framework is primarily for use by the Parks and Landscape Services Division, but may also be extended for use by other divisions of Dublin City Council.
The requirements are divided into four lots and Tenderers may apply, and be successful, for admission to the framework under one or more lots. Tenderers are advised to ensure that they complete a form of tender for each lot they are applying for appendices (D)i - (D)iv.
For further information please refer to documentation available to download from www.etenders.gov.ie RFT ID 164201.
II.1.5)

Estimated total value

Value excluding VAT: 1600000.00  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

Lot 1- Agricultural Tractors
Lot No:  1
II.2.2)

Additional CPV code(s)

03000000  -  Agricultural, farming, fishing, forestry and related products
16160000  -  Miscellaneous gardening equipment
16600000  -  Specialist agricultural or forestry machinery
16700000  -  Tractors
16710000  -  Pedestrian-controlled agricultural tractors
16800000  -  Parts of agricultural and forestry machinery
16810000  -  Parts of agricultural machinery
31161000  -  Parts for electrical motors and generators
50112110  -  Body-repair services for vehicles
II.2.3)

Place of performance

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

Description of the procurement

Includes all types of cultivators, fertiliser distributors, sprayers, chippers, trailers, bench cleaners, and other items used in parks development and maintenance.
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: 400000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48
This contract is subject to renewal: yes
Description of renewals:  
The period of this Framework Agreement shall be for three years to cover 2020 to 2023. However there is an option to extend the Framework Agreement for one extra year to cover 2023 to 2024, this will be at the sole discretion of Dublin City Council.
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.2.14)

Additional information

Please consult the associated documentation, which contains full instructions regarding the submission of tenders and is available to download from www.etenders.gov.ie using RFT 164201.
II.2)

Description

II.2.1)

Title

Lot 2- Grass Mowers/Compact Tractors
Lot No:  2
II.2.2)

Additional CPV code(s)

03000000  -  Agricultural, farming, fishing, forestry and related products
16160000  -  Miscellaneous gardening equipment
16600000  -  Specialist agricultural or forestry machinery
16700000  -  Tractors
16710000  -  Pedestrian-controlled agricultural tractors
16800000  -  Parts of agricultural and forestry machinery
16810000  -  Parts of agricultural machinery
31161000  -  Parts for electrical motors and generators
50111000  -  Fleet management, repair and maintenance services
50112110  -  Body-repair services for vehicles
II.2.3)

Place of performance

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

Description of the procurement

Repair and maintenance of both electrical and combustion engined Compact Tractors and Ride-on mowers as required; mainly Kubota & John Deere models, approximately 18 horsepower to 30 horsepower. Grass mowers include all types of grass mower such as pedestrian propelled rotary mowers, self-propelled rotary/cylinder/flail mowers, tractor drawn rotary and gang cylinder mowers.
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: 400000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 36
This contract is subject to renewal: yes
Description of renewals:  
The period of this Framework Agreement shall be for three years to cover 2020 to 2023. However there is an option to extend the Framework Agreement for one extra year to cover 2023 to 2024, this will be at the sole discretion of Dublin City Council.
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.2.14)

Additional information

Please consult the associated documentation, which contains full instructions regarding the submission of tenders and is available to download from www.etenders.gov.ie using RFT 164201.
II.2)

Description

II.2.1)

Title

Lot 3- Motorised Handheld Equipment
Lot No:  3
II.2.2)

Additional CPV code(s)

03000000  -  Agricultural, farming, fishing, forestry and related products
16160000  -  Miscellaneous gardening equipment
16600000  -  Specialist agricultural or forestry machinery
16700000  -  Tractors
16710000  -  Pedestrian-controlled agricultural tractors
16800000  -  Parts of agricultural and forestry machinery
16810000  -  Parts of agricultural machinery
31161000  -  Parts for electrical motors and generators
50111000  -  Fleet management, repair and maintenance services
50112110  -  Body-repair services for vehicles
II.2.3)

Place of performance

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

Description of the procurement

Repair and maintenance as required of chainsaws, strimmer’s, hedge cutters and other motorised hand held equipment.
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: 400000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 36
This contract is subject to renewal: yes
Description of renewals:  
The period of this Framework Agreement shall be for three years to cover 2020 to 2023. However there is an option to extend the Framework Agreement for one extra year to cover 2023 to 2024, this will be at the sole discretion of Dublin City Council.
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.2.14)

Additional information

Please consult the associated documentation, which contains full instructions regarding the submission of tenders and is available to download from www.etenders.gov.ie using RFT 164201.
II.2)

Description

II.2.1)

Title

Lot 4- General Equipment
Lot No:  4
II.2.2)

Additional CPV code(s)

03000000  -  Agricultural, farming, fishing, forestry and related products
16160000  -  Miscellaneous gardening equipment
16600000  -  Specialist agricultural or forestry machinery
16700000  -  Tractors
16710000  -  Pedestrian-controlled agricultural tractors
16800000  -  Parts of agricultural and forestry machinery
16810000  -  Parts of agricultural machinery
31161000  -  Parts for electrical motors and generators
50111000  -  Fleet management, repair and maintenance services
50112110  -  Body-repair services for vehicles
II.2.3)

Place of performance

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

Description of the procurement

Includes all types of cultivators, fertiliser distributors, sprayers, chippers, trailers, bench cleaners, and other items used in parks development and maintenance.
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: 400000.00  GIP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 36
This contract is subject to renewal: yes
Description of renewals:  
The period of this Framework Agreement shall be for three years to cover 2020 to 2023. However there is an option to extend the Framework Agreement for one extra year to cover 2023 to 2024, this will be at the sole discretion of Dublin City Council.
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.2.14)

Additional information

Please consult the associated documentation, which contains full instructions regarding the submission of tenders and is available to download from www.etenders.gov.ie using RFT 164201.

Section III: Legal, economic, financial and technical information

III.1)

Conditions for participation

III.1.1)

Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:  Please consult the associated documentation, which contains full instructions regarding the submission of tenders and is available to download from www.etenders.gov.ie using RFT 164201.
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 consult the associated documentation, which contains full instructions regarding the submission of tenders and is available to download from www.etenders.gov.ie using RFT 164201.

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:  12
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:  02/03/2020
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:  02/03/2020
Local time:  12:00
Place:  
The time and date set out above for the opening of the tenders 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:  yes
Estimated timing for further notices to be published:  
2023
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 Acts.
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 Parks and Landscapes Division, 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. Tenders may be submitted in English or in the Irish language.
9. Please note that OJEU contracts are covered by the Government Procurement Agreement (GPA).
10. Appeals procedure: The body to whom appeals should be addressed is – The High Court, Four Courts, Inns Quay, Dublin 7.
11. All queries regarding this tender must be emailed to portal www.etenders.gov.ie Ref RFT ID 164201. Queries must be in question format and must be submitted by email. 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 21st February 2020 to enable issue of responses to all interested parties.
12. 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.
13. For each criterion marked as Response: Declaration Required, applicants must initially provide the Appendices referenced under each criterion no later than the date set for return of the forms, and, where appropriate, confirm in the box provided that it is included with the completed Questionnaire. Failure to do so could invalidate the submission.
Applicants may also satisfy this requirement by submitting an ESPD completed in accordance with EU Regulation 2016/7. By completing Part IV (a) of the ESPD titled: Global Indication for all Selection Criteria, applicants will be taken to declare that they meet the standards set for all criteria where the response is Declaration Required. Supporting documentation should be provided promptly upon request from the Contracting Authority.
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

Consultant Legal Advisor
Dublin
IE

VI.4.3)

Review procedure

Precise information on deadline(s) for review procedures: 
The framework agreement is covered by the application of the Remedies Directive and the relevant standstill period applied at time of notification.
VI.4.4)

Service from which information about the review procedure may be obtained

Consultant Legal Advisor
Dublin
IE