Contract notice

Information

Published

Date of dispatch of this notice: 01/03/2023

Expire date: 27/03/2023

External Reference: 2023-247488

TED Reference: 2023/S 046-134232

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

City of Dublin ETB
N/A
Town Hall, 1-3 Merrion Road
Dublin 4
Ballsbridge
IE
Contact person: John Mc Donald
Telephone: +353 016680614
NUTS code:  IE061 -  Dublin
Internet address(es):
Main address: www.cdetb.ie

I.2)

Joint procurement

The contract is awarded by a central purchasing body
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=233570&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

Body governed by public law
I.5)

Main activity

Education

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

The Contracting wishes to establish three (3) Single Party Frameworks for the Supply of: a) school and office furniture: b) school lockers: and c) general office chairs and miscellaneous furniture
II.1.2)

Main CPV code

39160000  -  School furniture
II.1.3)

Type of contract

Supplies
II.1.4)

Short description

The Contracting wishes to establish three (3) Single Party Frameworks for the Supply, Assembly and Installation (where appropriate) of: a) school and office furniture: b) school lockers: and c) general office chairs and seating and miscellaneous office furniture. Suitably qualified economic operators are invited to submit proposals under any or all lots.
II.1.5)

Estimated total value

Value excluding VAT: 350000.00  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

Single Party Framework for the Supply of: School and Office Furniture
Lot No:  1
II.2.2)

Additional CPV code(s)

39000000  -  Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products
39130000  -  Office furniture
39134000  -  Computer furniture
39155000  -  Library furniture
II.2.3)

Place of performance

NUTS code:  IE061 -  Dublin
Main site or place of performance:  
Ballsbridge Dublin 4
II.2.4)

Description of the procurement

The Contracting Authority wishes to procure the supply, assembly and installation (where applicable) of school and office furniture to Irish Department of Education Specifications and Standards of Second Level Schools and invites proposals from suitable qualified economic operators for the provision of same.
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: 36
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

Single Party Framework for the Supply of: School Lockers
Lot No:  2
II.2.2)

Additional CPV code(s)

39000000  -  Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products
39130000  -  Office furniture
39134000  -  Computer furniture
39155000  -  Library furniture
II.2.3)

Place of performance

NUTS code:  IE061 -  Dublin
Main site or place of performance:  
Ballsbridge Dublin 4
II.2.4)

Description of the procurement

The Contracting Authority wishes to procure the supply, assembly and installation (where applicable) of school lockers to Irish Department of Education Specifications and Standards of Second Level Schools and invites proposals from suitable qualified economic operators for the provision of same.
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: 100000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 36
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

Single Party Framework for the Supply of: Office Chairs.
Lot No:  3
II.2.2)

Additional CPV code(s)

39000000  -  Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products
39130000  -  Office furniture
39134000  -  Computer furniture
39155000  -  Library furniture
II.2.3)

Place of performance

NUTS code:  IE061 -  Dublin
Main site or place of performance:  
Ballsbridge Dublin 4
II.2.4)

Description of the procurement

The Contracting Authority wishes to procure the supply, assembly and installation (where applicable) of general office chairs and seating and miscellaneous office furniture items and invites proposals from suitably qualified economic operators for the provision of same.
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: 50000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 36
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.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
Accelerated procedure
Justification:  
The Open Accelerated Procedure at E.U. Level is being used as the Contracting Authority requires the urgent provision of school furniture which the utilisation of the normal open procedure will not allow.
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:  20/03/2023
Local time:  18:00
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English
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:  20/03/2023
Local time:  18:00

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.3)

Additional information

1) Interested parties must register their interest on the eTenders web site (www.etenders.gov.ie) in order to be included on the mailing list for clarifications. 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. The contracting authority will not accept responsibility for information relayed (or not relayed) via third parties;
2) 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 and to respond electronically to the competition. There is a maximum upload limit of 2GB per document on etenders. Documents larger than this should be divided into smaller files prior to upload or zipped.
3) Should you experience difficulty when uploading documents please contact the eTenders Support Desk for technical assistance. Email etenders@eu-supply.com or Telephone: 353 (0) 21 243 92 77 (09:00am – 17:30pm GMT)
4) All queries regarding this tender requirement or process must be submitted through the Irish Government Procurement Opportunities Portal www.etenders.gov.ie (RFT ID:RFT232497) as a specific question. Responses will be circulated to those tenderers that have registered an interest in this notice on www.etenders.gov.ie The details of the person making a query will not be disclosed when circulating the response
5) This is the sole call for competition for this contract/framework.
6) The contracting authority will not be responsible for any costs, charges or expenses incurred by candidates or tenderers.
7) Contract award will be subject to the approval of the competent authorities.
8) It will be a condition of award that the successful tenderer is and remains tax compliant.
9) At its absolute discretion, the contracting authority may elect to terminate this procurement process, the framework agreements or any contract awarded under the framework agreements at any time.
10) 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.
11) Without prejudice to the principle of equal treatment, the contracting authority is not obliged to engage in a clarification process in respect of the procurement documents with missing or incomplete information. Therefore, respondents are advised to ensure that they return completed documentation in order to avoid the risk of elimination from the competition.
VI.4)

Procedures for review

VI.4.1)

Review body

High Court
Inns Quay
Dublin
7
IE