Contract notice

Information

Published

Date of dispatch of this notice: 21/05/2021

Expire date: 22/06/2021

External Reference: 2021-293895

TED Reference: 2021/S 100-264175

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: Cormac O Donnell
Telephone: +353 12223953
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=189332&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 the Provision of Homeless Facilities Inspection Services
II.1.2)

Main CPV code

71315400  -  Building-inspection services
II.1.3)

Type of contract

Services
II.1.4)

Short description

The Contracting Authority proposes to engage in a process for the establishment of a multi-party framework agreement for the provision of Homeless Facilities Inspection Service at centres within the Dublin Regional Homeless Executive.
The framework agreement will be established on foot of a competition for an initial Contract. The Contracting Authority’s intention will be to award the initial Contract to the first ranked successful tenderer following the formal establishment of the framework agreement. The initial contract will for a period of one (1) year.
The Contracting Authority will provide the successful tenderer with all necessary details relating to the Homeless Accommodation Centres within the Dublin Regional Homeless Executive. The successful tenderer will be required to inspect on average 35 accommodation centres every quarter. There are currently approximately 140 homeless accommodation centres within the Dublin Regional Homeless Executive
II.1.5)

Estimated total value

Value excluding VAT: 560000.00  EUR
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

71631000  -  Technical inspection services
90711100  -  Risk or hazard assessment other than for construction
98341000  -  Accommodation services
II.2.3)

Place of performance

NUTS code:  IE061 -  Dublin
NUTS code:  IE -  IRELAND
II.2.4)

Description of the procurement

The Contracting Authority proposes to engage in a process for the establishment of a multi-party framework agreement for the provision of Homeless Facilities Inspection Service at centres within the Dublin Regional Homeless Executive.
The framework agreement will be established on foot of a competition for an initial Contract. The Contracting Authority’s intention will be to award the initial Contract to the first ranked successful tenderer following the formal establishment of the framework agreement. The initial contract will for a period of one (1) year.
The Contracting Authority will provide the successful tenderer with all necessary details relating to the Homeless Accommodation Centres within the Dublin Regional Homeless Executive. The successful tenderer will be required to inspect on average 35 accommodation centres every quarter. There are currently approximately 140 homeless accommodation centres within the Dublin Regional Homeless Executive
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: 560000.00  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:  
The framework agreement will be for one (1) year with the option to extend by further periods of one (1) year subject to a maximum duration of four (4) years, subject to annual review, satisfactory performance, business needs and budgetary constraints, all at the absolute discretion of the Contracting Authority
II.2.9)

Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 5
Objective criteria for choosing the limited number of candidates:
Based on the responses to the qualification questionnaire and the application of the criteria and rules contained therein a tender list of five firms will be identified (subject to that number qualifying).
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.1.1)

Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:  Please consult the appropriate documentation, which contains full instructions regarding the submission of tenders and is available to download from www.etenders.gov.ie using RFT ID 190736
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

As per documentation made available at tender stage.

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Restricted 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:  2
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:  22/06/2021
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)

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.2)

Information about electronic workflows

Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3)

Additional information

Please note that this project is subject to funding.
Please note that due to the current COVID-19 pandemic, facilitation of all meetings, site visits, and clarification meetings, as well as assessments of sample products, etc. (as applicable) is severely impacted.
Where possible the Contracting Authority will put in place alternative arrangements such as on-line meetings, etc. Likewise, anticipated dates (closing date for receipt of clarifications or tender submissions) may change. Suppliers will be kept fully up to date at all stages through the eTenders messaging platform.
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 Act.
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 evidence of valid Tax Clearance status from the Irish Revenue Commissioners in compliance with Circular (43) 2006 (or as amended) and that the clearance status will be maintained for the duration of the contract. 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 website (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. Refer to document 'Additional Information' which is available to download from www.etenders.gov.ie using RFT ID 190736 for further information.
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: 
Precise information on deadline(s) for review procedures:
As per SI 130