Contract notice

Information

Published

Date of dispatch of this notice: 30/03/2021

Expire date: 07/05/2021

External Reference: 2021-290594

TED Reference: 2021/S 065-163508

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: Clare Crosbie
Telephone: +353 2224260
Fax: +353 2224077
NUTS code:  IE061 -  Dublin
Internet address(es):
Main address: www.dublincity.ie

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=185274&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

Supply, Delivery and Maintenance of Cutting Equipment to Dublin Fire Brigade in 2 Lots
Reference number:  DFB
II.1.2)

Main CPV code

35112000  -  Rescue and emergency equipment
II.1.3)

Type of contract

Supplies
II.1.4)

Short description

Tender for the Supply, Delivery and Maintenance of Cutting Equipment to Dublin Fire Brigade in 2 Lots. A Single-Operator Framework will be established with one economic operator for each Lot being entitled to be considered for all contracts within the scope of the framework. .
Lot 1. Battery Operated Cutting Equipment
Lot 2. Hydraulic Cutting Equipment
Tenderers can choose to apply for either one Lot only or both Lots
Supply Delivery and Maintenance of Cutting Equipment to Dublin Fire Brigade
II.1.5)

Estimated total value

Value excluding VAT: 500000.00  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

Supply, Delivery and Maintenance of Battery Operated Cutting Equipment to Dublin Fire Brigade
Lot No:  1
II.2.2)

Additional CPV code(s)

35110000  -  Firefighting, rescue and safety equipment
43328100  -  Hydraulic equipment
75250000  -  Fire-brigade and rescue services
75252000  -  Rescue services
II.2.3)

Place of performance

NUTS code:  IE061 -  Dublin
II.2.4)

Description of the procurement

Road Traffic Collision (RTC) Cutting Equipment is used extensively during operational activity and is essential equipment for Fire Services. Dublin Fire Brigade are seeking tenders for the supply of Battery Operated and Hydraulic RTC Cutting Equipment over a period of 4 years in 2 Lots.
Lot 1 – Battery Operated Cutting Equipment
Lot 2 – Hydraulic Cutting Equipment
DFB currently use mostly hydraulic equipment but intend replacing our 22 sets of cutting equipment. It will begin with introducing some battery operated and eventually working with a mixture of both. Initially 3 Sets of battery operated equipment (including batteries and chargers) and 1 set of hydraulic equipment will be purchased. . A set of battery operated equipment consists of a cutter, spreader, ram, 6 batteries and 3 battery charging units. A set of Hydraulic equipment consists of a cutter, spreader, ram, 2 hoses and a power pack. Further purchasing over the lifetime of the frameworks will be dependent on budgets and replacement requirements but there is no guarantee of additional purchasing.
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: 333000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48
This contract is subject to renewal: 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
II.2)

Description

II.2.1)

Title

Supply, Delivery and Maintenance of Hydraulic Cutting Equipment to Dublin Fire Brigade
Lot No:  2
II.2.2)

Additional CPV code(s)

43328100  -  Hydraulic equipment
35110000  -  Firefighting, rescue and safety equipment
75250000  -  Fire-brigade and rescue services
75252000  -  Rescue services
II.2.3)

Place of performance

NUTS code:  IE061 -  Dublin
II.2.4)

Description of the procurement

Road Traffic Collision (RTC) Cutting Equipment is used extensively during operational activity and is essential equipment for Fire Services. Dublin Fire Brigade are seeking tenders for the supply of Battery Operated and Hydraulic RTC Cutting Equipment over a period of 4 years in 2 Lots.
Lot 1 – Battery Operated Cutting Equipment
Lot 2 – Hydraulic Cutting Equipment
DFB currently use mostly hydraulic equipment but intend replacing our 22 sets of cutting equipment. It will begin with introducing some battery operated and eventually working with a mixture of both. Initially 3 Sets of battery operated equipment (including batteries and chargers) and 1 set of hydraulic equipment will be purchased. . A set of battery operated equipment consists of a cutter, spreader, ram, 6 batteries and 3 battery charging units. A set of Hydraulic equipment consists of a cutter, spreader, ram, 2 hoses and a power pack. Further purchasing over the lifetime of the frameworks will be dependent on budgets and replacement requirements but there is no guarantee of additional purchasing.
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: 167000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48
This contract is subject to renewal: 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.1.2)

Economic and financial standing

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

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 : yes
IV.2)

Administrative information

IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  07/05/2021
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:  07/05/2021
Local time:  12:00

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  yes
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 186860 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 30th April 2021 @ 12 noon 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
Internet address: www.http://courts.ie

VI.4.2)

Body responsible for mediation procedures

Please consult your solicitor
Dublin
IE

VI.4.3)

Review procedure

Precise information on deadline(s) for review procedures: 
Please consult your solicitor
VI.4.4)

Service from which information about the review procedure may be obtained

Please consult your solicitor
Dublin
IE