Contract award notice

Information

Published

Date of dispatch of this notice: 27/07/2021

External Reference: 2021-290297

TED Reference: 2021/S 146-386433

Contract award notice

Contract award notice

Results of the procurement procedure

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Office of Public Works (OPW)
N/A
Jonathan Swift Street
Trim
Co. Meath, C15 NX36
IE
Contact person: Helena Fagan
Telephone: +353 16476105
NUTS code:  IE -  IRELAND
Internet address(es):
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

Rated Capacity Indicators and Height Limiters for Hydraulic Excavators
II.1.2)

Main CPV code

43000000  -  Machinery for mining, quarrying, construction equipment
II.1.3)

Type of contract

Supplies
II.1.4)

Short description

Rated Capacity Indicators and Height Limiters for Hydraulic Excavators:
Lot 1: Rated Capacity Indicator for 14-15t Hydraulic Excavator
Lot 2: Rated Capacity Indicator for 6-8t Hydraulic Excavator
Lot 3: Height Limiter for 14-15t Hydraulic Excavator
Lot 4: Height Limiter for 6-8t Hydraulic Excavator
Please see Appendix 1: Requirements and Specification, starting on page 17 for more detail
II.1.6)

Information about lots

This contract is divided into lots: yes
II.2)

Description

II.2.1)

Title

Lot 1: Rated Capacity Indicator for 14-15t Hydraulic Excavator
Lot No:  1
II.2.2)

Additional CPV code(s)

42000000  -  Industrial machinery
42124000  -  Parts of pumps, compressors, engines or motors
43328100  -  Hydraulic equipment
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
Main site or place of performance:  
Ireland
II.2.4)

Description of the procurement

Supply & installation of Rated Capacity Indicators providing overload, height, slew and terrain slope limitation, to hydraulic excavators in the weight range of 14-15t.
The Contractor must supply the quantity actually ordered during the currency of this contract to meet the requirements of the OPW at the prices stated in this tender, whether they be more or less in any degree than the quantity stated in the schedule.
Minor variances to the specifications may be taken into account and considered at competition assessment stage.
This shall be solely at the discretion of the OPW.
Note: All equipment must be supplied with Manufacturer approval and compliance.
Please see Appendix 2 of RFT for more information.
II.2.5)

Award criteria

Criteria below
Price
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

Lot 2: Rated Capacity Indicator for 6-8t Hydraulic Excavator
Lot No:  2
II.2.2)

Additional CPV code(s)

42000000  -  Industrial machinery
42124000  -  Parts of pumps, compressors, engines or motors
43328100  -  Hydraulic equipment
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
Main site or place of performance:  
Ireland
II.2.4)

Description of the procurement

Supply & installation of Rated Capacity Indicators providing overload, height, slew and terrain slope limitation, to hydraulic excavators in the weight range of 6-8t.
The Contractor must supply the quantity actually ordered during the currency of this contract to meet the requirements of the OPW at the prices stated in this tender, whether they be more or less in any degree than the quantity stated in the schedule.
Minor variances to the specifications may be taken into account and considered at competition assessment stage.
This shall be solely at the discretion of the OPW.
Note: All equipment must be supplied with Manufacturer approval and compliance.
Please see Appendix 2 of RFT for more information.
II.2.5)

Award criteria

Criteria below
Price
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

Lot 3: Height Limiter for 14-15t Hydraulic Excavator
Lot No:  3
II.2.2)

Additional CPV code(s)

42000000  -  Industrial machinery
42124000  -  Parts of pumps, compressors, engines or motors
43328100  -  Hydraulic equipment
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
Main site or place of performance:  
Ireland
II.2.4)

Description of the procurement

Supply and installation of Height Limiters providing height limitation for 14-15t hydraulic excavators.
The Contractor must supply the quantity actually ordered during the currency of this contract to meet the requirements of the OPW at the prices stated in this tender, whether they be more or less in any degree than the quantity stated in the schedule.
Minor variances to the specifications may be taken into account and considered at competition assessment stage.
This shall be solely at the discretion of the OPW.
Note: All equipment must be supplied with Manufacturer approval and compliance.
Please see Appendix 2 of RFT for more information.
II.2.5)

Award criteria

Criteria below
Price
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

Lot 4: Height Limiter for 6-8t Hydraulic Excavator
Lot No:  4
II.2.2)

Additional CPV code(s)

42000000  -  Industrial machinery
42124000  -  Parts of pumps, compressors, engines or motors
43328100  -  Hydraulic equipment
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
Main site or place of performance:  
Ireland
II.2.4)

Description of the procurement

Supply and installation of Height Limiters providing height limitation for 6-8t hydraulic excavators.
The Contractor must supply the quantity actually ordered during the currency of this contract to meet the requirements of the OPW at the prices stated in this tender, whether they be more or less in any degree than the quantity stated in the schedule.
Minor variances to the specifications may be taken into account and considered at competition assessment stage.
This shall be solely at the discretion of the OPW.
Note: All equipment must be supplied with Manufacturer approval and compliance.
Please see Appendix 2 of RFT for more information.
II.2.5)

Award criteria

Criteria below
Price
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 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 : no
IV.2)

Administrative information

IV.2.1)

Previous publication concerning this procedure

Notice number in the OJ S: 2021/S 077-196594

Section V: Award of contract

Contract No: 1

Title: Lot 1: Rated Capacity Indicator for 14-15t Hydraulic Excavator

A contract/lot is awarded: no
V.1)

Information on non-award

The contract/lot is not awarded
No tenders or requests to participate were received or all were rejected

Section V: Award of contract

Contract No: 2

Title: Lot 2: Rated Capacity Indicator for 6-8t Hydraulic Excavator

A contract/lot is awarded: no
V.1)

Information on non-award

The contract/lot is not awarded
No tenders or requests to participate were received or all were rejected

Section V: Award of contract

Contract No: 3

Title: Lot 3: Height Limiter for 14-15t Hydraulic Excavator

A contract/lot is awarded: no
V.1)

Information on non-award

The contract/lot is not awarded
No tenders or requests to participate were received or all were rejected

Section V: Award of contract

Contract No: 4

Title: Lot 4: Height Limiter for 6-8t Hydraulic Excavator

A contract/lot is awarded: no
V.1)

Information on non-award

The contract/lot is not awarded
No tenders or requests to participate were received or all were rejected

Section VI: Complementary information

VI.4)

Procedures for review

VI.4.1)

Review body

The High Court
Four Courts
Dublin 8
8
IE
Telephone: +353 18886000