Contract notice

Information

Published

Date of dispatch of this notice: 11/07/2022

Expire date: 19/08/2022

External Reference: 2022-258742

TED Reference: 2022/S 135-382794

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: Noel Mc Evoy
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=218165&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 and Delivery of Christmas Trees Lot 1 Nordman Fir (9m and 13m) Lot 2 Nordman Fir (2.5m, 5m and 9.5m-10m)
Reference number:  DCC Christmas Tree Framework
II.1.2)

Main CPV code

39298910  -  Christmas tree
II.1.3)

Type of contract

Supplies
II.1.4)

Short description

Dublin City Council proposes to establish two 4-year multi party framework agreements (two lots) for the supply and delivery supply of Christmas trees (2022 - 2026).
Dublin City Council currently requires approximately 150 trees per annum across the two lots, however DCC makes no guarantee of the volume of supplies to be contracted under the framework agreement
Requirements under the framework will be met through mini competitions where each member of the Framework will be issued a Supplementary Invitation to Tender detailing the scope of requirements, the award criteria and the closing date & time for submissions.
It is emphasised, Dublin City Council makes no guarantee of the volume of supplies to be sourced under the framework agreement.
Dublin City Council reserves the right to operate outside of the framework agreement at its discretion; particularly should it become apparent that doing so would offer greater value for money.
II.1.5)

Estimated total value

Value excluding VAT: 400000.00  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 and delivery of medium to large tree Norman Fir (9m and 13m )
Lot No:  1
II.2.2)

Additional CPV code(s)

03452000  -  Trees
77000000  -  Agricultural, forestry, horticultural, aquacultural and apicultural services
77300000  -  Horticultural services
II.2.3)

Place of performance

NUTS code:  IE061 -  Dublin
II.2.4)

Description of the procurement

Dublin City Council currently requires approximately 150 trees per annum across the two lots, however DCC makes no guarantee of the volume of supplies to be contracted under the framework agreement
The description and indicative number of trees required are set out beneath (all figures are for guidance purposes only). The successful tenderer will be required to deliver and off load the Christmas trees to multiple sites throughout the city; however, it will be one site per delivery/trip. All trees are to be netted and larger trees to be tied in and secured. The tree size 2.5m will be to one delivery site only. All sites are located within the boundary of Dublin City Council’s administrative area.
All trees must meet required specifications with regard to height, straightness of stem, symmetry, and fullness of foliage. The stem handle must be cut at right angles to the stem to leave a flat base. The length of stem handle is dependent on tree size but should be a minimum 1.5m on the 13m-15m trees, 1m on the 9.5m-10m trees and 0.3m on the remaining sizes (all figures are approximate). Diameter of stem handle to be no greater than a 300mm at base cut to allow insertion into on site chamber sleeve.
Requirements will be sought on the basis that the items being supplied are grown by the framework member.
Notional shopping list for the supply and delivery of Christmas trees (2022 - 2026) Lot 1 as follows.
Lot 1 Size Min Stem Handle Length QTY
Premium Grade Nordman Fir 13m 1.5m 5
Premium Grade Nordman Fir 9m 1m 1
Extraction, Pairing, Loading & Delivery
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: 150000.00  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.2.14)

Additional information

Please consult the associated documentation, which contains full instructions regarding the submission of tenders and is available to download from www.etenders.gov.ie using RFT ID 217912.
II.2)

Description

II.2.1)

Title

Supply and delivery of small to medium size trees Nordman Fir (2.5m, 5m, and 9.5m - 10m) 10m )
Lot No:  2
II.2.2)

Additional CPV code(s)

03452000  -  Trees
77000000  -  Agricultural, forestry, horticultural, aquacultural and apicultural services
77300000  -  Horticultural services
II.2.3)

Place of performance

NUTS code:  IE061 -  Dublin
II.2.4)

Description of the procurement

Dublin City Council currently requires approximately 150 trees per annum across the two lots, however DCC makes no guarantee of the volume of supplies to be contracted under the framework agreement
The description and indicative number of trees required are set out beneath (all figures are for guidance purposes only). The successful tenderer will be required to deliver and off load the Christmas trees to multiple sites throughout the city; however, it will be one site per delivery/trip. All trees are to be netted and larger trees to be tied in and secured. The tree size 2.5m will be to one delivery site only. All sites are located within the boundary of Dublin City Council’s administrative area.
All trees must meet required specifications with regard to height, straightness of stem, symmetry, and fullness of foliage. The stem handle must be cut at right angles to the stem to leave a flat base. The length of stem handle is dependent on tree size but should be a minimum 1.5m on the 13m-15m trees, 1m on the 9.5m-10m trees and 0.3m on the remaining sizes (all figures are approximate). Diameter of stem handle to be no greater than a 300mm at base cut to allow insertion into on site chamber sleeve.
Requirements will be sought on the basis that the items being supplied are grown by the framework member.
Notional shopping list for the supply and delivery of Christmas trees (2022 - 2026) Lot 1 as follows.
Lot 2 Size Min Stem Handle Length QTY
Premium Grade Nordman Fir 5m 1.5m 1
Premium Grade Nordman Fir 9.5-10m 1m 30
Premium Grade Nordman FIr 2.5m 0.3m 70
Extraction, Pairing, Loading & Delivery
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: 250000.00  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.2.14)

Additional information

Please consult the associated documentation, which contains full instructions regarding the submission of tenders and is available to download from www.etenders.gov.ie using RFT ID 217912.

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.1.3)

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:  6
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:  19/08/2022
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:  19/08/2022
Local time:  12:00
Place:  
The date and time set out above for the opening of tenders is subject to change at the discretion of Dublin City Council

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  yes
Estimated timing for further notices to be published:  
2026
VI.3)

Additional information

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 217912 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 12 Noon on Tuesday 9th of August 2022 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

VI.4.3)

Review procedure

Precise information on deadline(s) for review procedures: 
Please contact your solicitor.