Contract notice

Information

Published

Date of dispatch of this notice: 15/11/2022

Expire date: 16/12/2022

External Reference: 2022-295846

TED Reference: 2022/S 223-639218

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: Peter Mulvihill
Telephone: +353 2226430
NUTS code:  IE061 -  Dublin
Internet address(es):
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=226798&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

Dublin City Council Heating Ventilation & Air Conditioning Commercial Maintenance Multi-Party Framework
II.1.2)

Main CPV code

45259300  -  Heating-plant repair and maintenance work
II.1.3)

Type of contract

Works
II.1.4)

Short description

Dublin City Council (DCC) is seeking to establish a Multi-Party Framework Agreement for the procurement of works contractors for the Commercial Heating, Ventilation & Air Conditioning reactive and planned maintenance works in Dublin City Councils commercial / communal buildings in the Dublin City Council area citywide.
Applicants must demonstrate a clear understanding of the specific systems & equipment that are installed in the sites listed on the respective Category being applied for.
Category 1A, 1B, 1C: Heating Service & Maintenance,
Category 2A, 2B: Building Management Systems (BMS),
Category 3A, 3B: Refrigeration,
Category 4: Ventilation,
Category 5: Fire Suppression,
Category 6: Foam Suppression,
Category 7: Gas Detection,
Category 8A, 8B: Water Quality.
II.1.5)

Estimated total value

Value excluding VAT: 10000000.00  EUR
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

31600000  -  Electrical equipment and apparatus
39715210  -  Central-heating equipment
39717000  -  Fans and air-conditioning appliances
42510000  -  Heat-exchange units, air-conditioning and refrigerating equipment, and filtering machinery
42512200  -  Wall air-conditioning machines
42943400  -  Refrigerated and refrigerated/heating circulators
44600000  -  Tanks, reservoirs and containers; central-heating radiators and boilers
44620000  -  Central-heating radiators and boilers and parts
44621220  -  Central-heating boilers
44621221  -  Parts of central-heating boilers
45259000  -  Repair and maintenance of plant
45315000  -  Electrical installation work of heating and other electrical building-equipment
50710000  -  Repair and maintenance services of electrical and mechanical building installations
50720000  -  Repair and maintenance services of central heating
90731500  -  Toxic gas detection services
II.2.3)

Place of performance

NUTS code:  IE061 -  Dublin
II.2.4)

Description of the procurement

Dublin City Council (DCC) is seeking to establish a Multi-Party Framework Agreement for the procurement of works contractors for the Commercial Heating, Ventilation & Air Conditioning reactive and planned maintenance works in Dublin City Councils commercial / communal buildings in the Dublin City Council area citywide.
Following the receipt and evaluation of completed Suitability Assessment Questionnaires (SAQs) from interested parties it is envisaged that the top fifteen (15) scoring Applicants (subject to the quality and number of SAQs received) who also meet the minimum criteria and rules for selection will be invited to tender.
Applicants who are selected for inclusion on the tender list will be issued with a formal Invitation to Tender document (inclusive of the award criteria) and will be asked to respond with a tender submission. Submissions received will be assessed on the basis of the rules, minimum requirements, criteria and weightings set out in the Invitation to Tender document in order to make an award decision. It is envisaged that the top fifteen (15) scoring tenderers, found to be fully in conformance with the tender documentation and submitting the most economically advantageous tender under the award criteria contained in the Instructions to Tenderers will be identified as the successful tenderers designate and will be appointed to the framework agreement subject to the approval of the Contracting Authority.
Contractors will be admitted to the framework in ranked order. All work will be allocated via a cascade method for all categories.
Category 1A, 1B, 1C: Heating Service & Maintenance
Category 2A, 2B: Building Management Systems (Controls) Service & Maintenance
Category 3A, 3B: Refrigeration Service & Maintenance
Category 4: Ventilation Service & Maintenance
Category 5: Fire Suppression Service & Maintenance
Category 6: Foam Suppression Service & Maintenance
Category 7: Gas Detection Service & Maintenance
Category 8A, 8B: Water Quality Service & Maintenance
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: 10000000.00  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.2.9)

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

Envisaged minimum number: 1  /  Maximum number: 15
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:  As per SAQ.
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

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:  15
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:  16/12/2022
Local time:  17:00
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.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 Housing & Community Services 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 226117 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 6th December 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.4.2)

Body responsible for mediation procedures

Consult legal advisor.
Dublin
IE

VI.4.4)

Service from which information about the review procedure may be obtained

Consult legal advisor.
Dublin
IE