Contract notice

Information

Published

Date of dispatch of this notice: 09/06/2020

Expire date: 21/07/2020

External Reference: 2020-290225

TED Reference: 2020/S 112-272021

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: Colm Morrin
Telephone: +353 2226582
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=166731&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

Provision of Maintenance Services for the Spire of Dublin
II.1.2)

Main CPV code

50700000  -  Repair and maintenance services of building installations
II.1.3)

Type of contract

Services
II.1.4)

Short description

Dublin City Council proposes to award a contract for the provision of maintenance services for the Spire of Dublin. The contract is to have a duration of 5 years.
Please see tender documents for full details.
II.1.5)

Estimated total value

Value excluding VAT: 450000.00  EUR
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

50000000  -  Repair and maintenance services
50324200  -  Preventive maintenance services
50710000  -  Repair and maintenance services of electrical and mechanical building installations
50711000  -  Repair and maintenance services of electrical building installations
50712000  -  Repair and maintenance services of mechanical building installations
II.2.3)

Place of performance

Main site or place of performance:  
O'Connell Street, Dublin 1
II.2.4)

Description of the procurement

Dublin City Council proposes to award a contract for the provision of maintenance services for the Spire of Dublin. The contract is to have a duration of 5 years.
The Spire is a 120m tall stainless steel monument constructed to commemorate the Millennium. It is situated in the median of O’Connell Street, Dublin, in an area with heavy pedestrian and vehicular traffic. The structure consists of a tapered, hollow, stainless steel tube over a small serviced underground basement. The basement chamber houses mechanical and electrical services as well as drainage for the bronze apron at street level above. Access to the centre of the Spire is from this area via a ladder, and the internal face of the structure accommodates cable trays and other services for the lighting. The Spire’s electricity supply is fed from an underground chamber approx. 50m north of the Spire. This chamber contains an ESB substation and an electrical room for the Spire. It is accessed via a hatch on the pavement and a spiral staircase.
The successful tender must provide maintenance services for the Spire to include but not limited to the following:
- Structure (including RC basement, stainless steel superstructure, tuned mass
dampers, ladders, platforms, connections etc.)
- Drainage (including gutters, gulleys, drainage pipes, manholes, sumps, watermains
etc.)
- Mechanical (including access hatches, lifting equipment, winches and pulleys)
- Electrical & Controls (including motors, pumps, switchgear, lighting, alarms, control
and monitoring systems etc.)
- The Contract also includes the following:
> Cleaning and general upkeep the structure and services
> Traffic management associated with maintenance tasks
> Attendances during monthly meetings with the Client and during works carried out by
the Clients named specialists
> Managing activities of all sub-contractors
Refer to the 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: 450000.00  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.1.1)

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

List and brief description of conditions:  Please see tender documents available at:
www.etenders.gov.ie
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 at:
www.etenders.gov.ie
III.2.3)

Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Open procedure
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:  21/07/2020
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:  21/07/2020
Local time:  12:00

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
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 Environment & Transportation 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. Tenders may be submitted in English or in the Irish language.
8. All queries regarding this tender must be submitted through the etenders messaging facility, RFT ID 169428. Queries must be in question format. 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 Tuesday 30th June 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.4.4)

Service from which information about the review procedure may be obtained

The High Court
Chief Registrar, High Court, Inns Quay
Dublin
Dublin 7
IE
Telephone: +353 18886000