II.1)
Scope of the procurement
Multi- Party Framework Agreement for Suppliers of High and Low Level Lane-Separators for Dublin City Council 2020-2023
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
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.
Price is not the only award criterion and all criteria are stated only in the procurement documents
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
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.
Price is not the only award criterion and all criteria are stated only in the procurement documents
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