Contract notice

Information

Published

Date of dispatch of this notice: 25/06/2020

Expire date: 31/07/2020

External Reference: 2020-284448

TED Reference: 2020/S 123-301110

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: Alec Dundon
Telephone: +353 12222706
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=169126&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 Suppliers of High and Low Level Lane-Separators for Dublin City Council 2020-2023
II.1.2)

Main CPV code

34928450  -  Bollards
II.1.3)

Type of contract

Supplies
II.1.4)

Short description

Dublin City Council proposes to establish a Multi-Party Framework Agreement for 1 year approximately to August 2021 for the supply of both High Level and Low Level Lane-Separators. The lane-separators are to be used to provide protection for cyclists from side swiping by motor vehicles. They must consist of two principle components, a base unit that can be bolted to the road surface and a vertical wand. They will be installed along the boundary between cycle lanes and the general carriageway.
II.1.5)

Estimated total value

Value excluding VAT: 2500000.00  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

Multi- Party Framework Agreement for Suppliers of High Level Lane-Separators
Lot No:  1
II.2.2)

Additional CPV code(s)

34923000  -  Road traffic-control equipment
34928300  -  Safety barriers
34996000  -  Control, safety or signalling equipment for roads
II.2.3)

Place of performance

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

Description of the procurement

A Multi-Party Framework Agreement for 1 year approximately to August 2021 for the supply of High Level Lane-Separators.Lot 1: High Level Lane Separators:
The base unit must be between 150mm and 200mm wide, 100mm- 150mm high and a length of between 700mm and 1000mm long. The base must have rounded/gently sloping profiles on all sides. The vertical wand must stand between 800mm and 10000mm above the carriageway when inserted into the base. It must be designed so that it is fixed solidly into the base. The base must be supplied with fixing holes to allow it to be fixed securely to the carriageway. The vertical wand must be an impact resistant, reboundable post approximately 70mm to 90mm in diameter (or equivalent). The wand must have a proven and tested durability and must be capable of withstanding multiple hits from vehicles before returning to its vertical position.
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: 1250000.00  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:  
This contract is for twelve (12) months with the option to extend three (3) times for an additional twelve (12) months each time, to a maximum of forty eight (48) 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:
This contract is for twelve (12) months with the option to extend three (3) times for an additional twelve (12) months each time, to a maximum of forty eight (48) 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 ID 171690
II.2)

Description

II.2.1)

Title

Multi- Party Framework Agreement for Suppliers of Low Level Lane-Separators
Lot No:  2
II.2.2)

Additional CPV code(s)

34923000  -  Road traffic-control equipment
34928300  -  Safety barriers
34996000  -  Control, safety or signalling equipment for roads
II.2.3)

Place of performance

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

Description of the procurement

A Multi-Party Framework Agreement for 1 year approximately to August 2021 for the supply of Low Level Lane-Separators.
Lot 2: Low Level Lane Separators:
The base unit must be between 160mm and 200mm wide, 100mm- 120mm high and a length of between 600mm and 700mm long. The base must have rounded/gently sloping profiles on all sides. The vertical wand must stand approximately 400mm above the carriageway when inserted into the base. It must be designed so that it can be fixed solidly into the base once the base has been bolted securely to the carriageway. The vertical wand must be an impact resistant rubber tube approximately 60mm to 80mm in diameter (or equivalent) that must be capable of withstanding vehicular traffic driving over it. The wand must bounce back to its original vertical position once the vehicle has passed over it. The wand must have a proven and tested durability and must be capable of withstanding multiple hits from vehicles before returning to its vertical position. It must have passed a durability test of 50 hits at 30kph with a 800 kg truck (or similar durability test). It must be possible to replace the vertical wand without removing the base unit from the carriageway.
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: 1250000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 12
This contract is subject to renewal: yes
Description of renewals:  
This contract is for twelve (12) months with the option to extend three (3) times for an additional twelve (12) months each time, to a maximum of forty eight (48) 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:
This contract is for twelve (12) months with the option to extend three (3) times for an additional twelve (12) months each time, to a maximum of forty eight (48) 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 ID 171690

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:  For further information please consult the associated documentation available to download from www.etenders.gov.ie using RFT ID 171690
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

For further information please consult the associated documentation available to download from www.etenders.gov.ie using RFT ID 171690

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:  10
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:  31/07/2020
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:  31/07/2020
Local time:  12:00
Place:  
The date and time set out above for the opening of 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:  no
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 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: 171690 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 22nd July 2020 @ 12pm 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.4.3)

Review procedure

Precise information on deadline(s) for review procedures: 
Please consult your solicitor.