Contract notice

Information

Published

Date of dispatch of this notice: 28/01/2020

Expire date: 28/02/2020

External Reference: 2020-203572

TED Reference: 2020/S 022-047584

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: Paul Heffernan
Telephone: +353 2226024
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=161250&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 the supply of paint to Dublin City Council. South Dublin County Council and Fingal County Council are also eligible to use this Framework
Reference number:  164277
II.1.2)

Main CPV code

44810000  -  Paints
II.1.3)

Type of contract

Supplies
II.1.4)

Short description

Dublin City Council proposes to establish a Multi – Party Framework Agreement for the supply of paint for a one year period initially to cover 2020/2021 (expected to commence Q1 2020). Dublin City Council reserves the option to renew the framework agreement for three periods of one year each to cover 2021/2022, 2022/2023/ and 2023/2024. The Framework is for use by all departments of Dublin City Council.
South Dublin County Council and Fingal County Council are also eligible to use these arrangements. However there is no obligation on South Dublin County Council or Fingal County Council to award any contract under this Framework Agreement. Such a decision will be a matter for these local authorities.
The framework is being established under the Open Procedure in accordance with the EU Public Sector Directive 2014/24/EU. Under the open procedure any interested party may submit a tender.
Full details are available in the Tender Documents which accompany this Tender.
II.1.5)

Estimated total value

Value excluding VAT: 468000.00  EUR
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

44810000  -  Paints
II.2.3)

Place of performance

Main site or place of performance:  
Dublin City Council, Fingal County Council and South Dublin County Council Administrative Areas
II.2.4)

Description of the procurement

Dublin City Council proposes to establish a Multi – Party Framework Agreement for the supply of paint for a one year period initially to cover 2020/2021 (expected to commence Q1 2020). Dublin City Council reserves the option to renew the framework agreement for three periods of one year each to cover 2021/2022, 2022/2023/ and 2023/2024. The Framework is for use by all departments of Dublin City Council.
Dublin City Council spends approximately €85,000 per annum on paint supplies. Paint is used mainly to repaint railings, stairways, lamp posts and the public domain.
South Dublin County Council and Fingal County Council are also eligible to use these arrangements. South Dublin County Council has an annual expenditure on paint of approximately €12,000. Fingal County Council has an annual expenditure on paint of approximately €20,000. However there is no obligation on South Dublin County Council or Fingal County Council to award any contract under this Framework Agreement. Such a decision will be a matter for these local authorities. Dublin City Council will not be responsible for brokering an agreement between the successful tenderers and South Dublin County Council or Fingal County Council should they decide to participate in the Framework Agreement.
No obligation will exist for any contracting authority to place orders through this contract.
No contract awarded pursuant to this RFT will confer exclusivity to the Contractor where appointed.
The framework is being established under the Open Procedure in accordance with the EU Public Sector Directive 2014/24/EU. Under the open procedure any interested party may submit a tender.
Full details are available in the Tender Documents which accompany this Tender.
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: 468000.00  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 contract is for thirty six (36) months with an option to extend for a further twelve (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: yes
Description of options:
The contract is for thirty six (36) months with an option to extend for a further twelve (12) months subject to annual, periodic and other reviews.
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 164227

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 164277.
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 164277.

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:  5
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:  28/02/2020
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:  28/02/2020
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:  
2024
VI.2)

Information about electronic workflows

Electronic ordering 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 contract/framework agreement is primarily for use by the Housing & Community Services but other departments within Dublin City Council may use it.
7. 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)
8. All queries regarding this tender must be submitted through the Irish Government Procurement Opportunities Portal www.etenders.gov.ie (RFT 163452) as a specific question. 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 Friday 7th February 2020 to enable issue of responses to all interested parties.
9. 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

Consultant Legal Advisor
Dublin
IE

VI.4.3)

Review procedure

Precise information on deadline(s) for review procedures: 
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