Contract notice

Information

Published

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

Expire date: 09/10/2020

External Reference: 2020-206017

TED Reference: 2020/S 178-430156

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Department of Foreign Affairs and Trade/An Roinn Gnóthaí Eachtracha agus Trádála
N/A
80 St Stephen's Green
Dublin
Dublin
IE
Telephone: +353 61774000
Internet address(es):
Main address: http://www.dfa.ie

I.2)

Joint procurement

The contract is awarded by a central purchasing body
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=173658&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

Ministry or any other national or federal authority, including their regional or local subdivisions
I.5)

Main activity

General public services

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

REQUEST FOR TENDER FOR GROUNDS MAINTENANCE SERVICES AT (1) THE EMBASSY OF IRELAND IN THE HAGUE, THE NETHERLANDS AND (2) THE OFFICIAL RESIDENCE OF THE AMBASSADOR IN WASSENAR, THE NETHERLANDS
II.1.2)

Main CPV code

77314000  -  Grounds maintenance services
II.1.3)

Type of contract

Services
II.1.4)

Short description

The work will involve all ground maintenance services including grass-cutting, hedge trimming, preparation and planting of flower/shrub beds, weeding, watering, feeding of plant beds, removal of old flowers/shrubs, pruning, application of weed killer, fertilising, soil and compost replacement, grounds waste disposal, and cleaning of pathways/terraces, including power washing of walls and pathways, as required.
Tenderers are required to submit a full service, materials, and equipment proposal setting out how they propose to meet the specific requirements as set out in Appendix I.
II.1.5)

Estimated total value

Value excluding VAT: 160200.00  EUR
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

77000000  -  Agricultural, forestry, horticultural, aquacultural and apicultural services
77300000  -  Horticultural services
77310000  -  Planting and maintenance services of green areas
77312000  -  Weed-clearance services
II.2.3)

Place of performance

Main site or place of performance:  
Embassy of Ireland The Hague
II.2.4)

Description of the procurement

The work will involve all ground maintenance services including grass-cutting, hedge trimming, preparation and planting of flower/shrub beds, weeding, watering, feeding of plant beds, removal of old flowers/shrubs, pruning, application of weed killer, fertilising, soil and compost replacement, grounds waste disposal, and cleaning of pathways/terraces, including power washing of walls and pathways, as required.
Tenderers are required to submit a full service, materials, and equipment proposal setting out how they propose to meet the specific requirements as set out in Appendix I.
The service provider will be required to be on site regularly and allocate a minimum of 8 hours per week (Monday to Friday) for 52 weeks for the provision of this service. This minimum may be subject to change dependent on seasonal changes and the Embassy’s business needs. A weekly log of activities and hours worked will be recorded and submitted to the Embassy’s contract manager who will supervise the provision of this service.
Tenderers should note that the Embassy reserves the right to reduce the requirements during the lifetime of the contract. The selected service provider will be required to cooperate with the Embassy in adjusting services should this be required.
It is envisaged that the contract will run for an initial term of one year. The Embassy reserves the right to extend the term for a further 1 year with a maximum of 3 such extensions subject to satisfactory performance and the Embassy’s needs. The maximum contract duration therefore will be 4 years.
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: 160200.00  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:  
It is envisaged that the contract will run for an initial term of one year. The Embassy reserves the right to extend the term for a further 1 year with a maximum of 3 such extensions subject to satisfactory performance and the Embassy’s needs. The maximum contract duration therefore will be 4 years.
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

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:  09/10/2020
Local time:  16:00
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English
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:  09/10/2020
Local time:  16:00

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.2)

Information about electronic workflows

Electronic invoicing will be accepted
Electronic payment will be used
VI.4)

Procedures for review

VI.4.1)

Review body

The High Court
Four Courts
Dublin
7
IE