Contract notice

Information

Published

Date of dispatch of this notice: 27/07/2020

Expire date: 28/08/2020

External Reference: 2020-205664

TED Reference: 2020/S 146-359571

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Dublin County Returning Officer
N/A
Unit 17, Tolka Valley Business Park, Ballyboggan R
Dublin 11
Co.Dublin
IE
Contact person: Deborah King
Telephone: +353 14851280
Internet address(es):
Dublin City Returning Officer
N/A
54 Fitzwilliam Square
Dublin 2
Dublin 2
IE
Internet address(es):
I.2)

Joint procurement

The contract involves joint procurement
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=171197&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 agency/office
I.5)

Main activity

Other activity:  Returning Officer for elections in Dublin

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Request for tenders for appointment to Frameworks for the Provision of Logistics/Operations Functions to the Dublin City Returning Officer and to the Dublin County Returning Officer
II.1.2)

Main CPV code

79421000  -  Project-management services other than for construction work
II.1.3)

Type of contract

Services
II.1.4)

Short description

Tenders are invited for appointment to Frameworks for the Provision of Logistics/Operations Functions to the Dublin City Returning Officer and to the Dublin County Returning Officer. The services comprise: Provision of Logistics/Operations Functions for the Office of the Dublin City Returning Officer – Lot 1; and Provision of Logistics/Operations Functions for the Office of the Dublin County Returning Officer – Lot 2. It is anticipated that a single (1) member (the “Framework Member”) will be appointed to Lot 1 and that a single (1) member (the “Framework Member”) will be appointed to Lot 2. Tenderers may tender for both Lots under the Framework. Full instructions are provided in the Request For Tenders (RFT) document that accompanies this notice on the etenders.gov.ie platform.
II.1.5)

Estimated total value

Value excluding VAT: 1800000.00  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

Provision of Logistics/Operations Functions for the Office of the Dublin City Returning Officer
Lot No:  1
II.2.2)

Additional CPV code(s)

39290000  -  Miscellaneous furnishing
63120000  -  Storage and warehousing services
II.2.4)

Description of the procurement

As per Appendix 1 of the RFT document.
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: 900000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24
This contract is subject to renewal: yes
Description of renewals:  
Up to two extensions of 12 months each.
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)

Description

II.2.1)

Title

Provision of Logistics/Operations Functions for the Office of the Dublin County Returning Officer
Lot No:  2
II.2.2)

Additional CPV code(s)

39290000  -  Miscellaneous furnishing
63120000  -  Storage and warehousing services
II.2.4)

Description of the procurement

As per Appendix 1 of the RFT document.
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: 900000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24
This contract is subject to renewal: yes
Description of renewals:  
Up to two extensions of 12 months each.
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.1.2)

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

Cpntract performance conditions are set out in the procurement documents.
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.1.3)

Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement
Framework agreement with a single operator
IV.1.8)

Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement : no
IV.2)

Administrative information

IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  28/08/2020
Local time:  17:00
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English
IV.2.7)

Conditions for opening of tenders

Date:  28/08/2020
Local time:  17:00

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.4)

Procedures for review

VI.4.1)

Review body

High Court of Ireland
Dublin
IE