Contract notice

Information

Published

Date of dispatch of this notice: 04/04/2023

Expire date: 08/05/2023

External Reference: 2023-282861

TED Reference: 2023/S 070-208958

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: Said Shawqi
Telephone: +353 12222555
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=234367&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 SUPPLY OF ROAD SIGNS, SIGNPOSTS AND FLEXIBLE BOLLARDS
II.1.2)

Main CPV code

34992300  -  Street signs
II.1.3)

Type of contract

Supplies
II.1.4)

Short description

Dublin City Council proposes to establish a Multiparty Framework Agreement for the supply of road signs, signposts and flexible bollards in Dublin City Council Administrative Area. Tenderers not eliminated in the Selection Criteria will be admitted to the Framework Agreement ranked on the basis of price, where, the lowest price tenderer for each will be appointed for the supply of that item for the duration of the Framework Agreement. The mechanism for purchasing during the contract will be the cascade method, where when the lowest price tenderer for a specific item cannot fulfil the requirements of the order for that item the order will be offered to the next ranked tenderer for that if the next ranked tenderer is unable to fulfil the requirement, then it will be offered to the next ranked tenderer. Under this framework agreement no obligation whatsoever exists on Dublin City Council to award any contract or guarantee any volume of orders.
II.1.5)

Estimated total value

Value excluding VAT: 1500000.00  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

LOT (SCHEDULE) 1 : WARNING AND MISCELLANEOUS SIGNS
Lot No:  1
II.2.2)

Additional CPV code(s)

34928450  -  Bollards
34928472  -  Sign posts
44144000  -  Posts
II.2.3)

Place of performance

NUTS code:  IE061 -  Dublin
II.2.4)

Description of the procurement

Please refer to 2.3 Detailed Specification of Requirements in the Request for Tender document
II.2.5)

Award criteria

Criteria below
Price
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)

Description

II.2.1)

Title

LOT (SCHEDULE) 2 : REGULATORY SIGNS
Lot No:  2
II.2.2)

Additional CPV code(s)

34928450  -  Bollards
34928472  -  Sign posts
44144000  -  Posts
II.2.3)

Place of performance

NUTS code:  IE061 -  Dublin
II.2.4)

Description of the procurement

Please refer to 2.3 Detailed Specification of Requirements in the Request for Tender document
II.2.5)

Award criteria

Criteria below
Price
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)

Description

II.2.1)

Title

LOT (SCHEDULE) 3: INFORMATION PLATES & FINGERPOST SIGNS
Lot No:  3
II.2.2)

Additional CPV code(s)

34928450  -  Bollards
34928472  -  Sign posts
44144000  -  Posts
II.2.3)

Place of performance

NUTS code:  IE061 -  Dublin
II.2.4)

Description of the procurement

Please refer to 2.3 Detailed Specification of Requirements in the Request for Tender document
II.2.5)

Award criteria

Criteria below
Price
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)

Description

II.2.1)

Title

LOT (SCHEDULE) 4 : ROADWORKS SIGNS
Lot No:  4
II.2.2)

Additional CPV code(s)

34928450  -  Bollards
34928472  -  Sign posts
44144000  -  Posts
II.2.3)

Place of performance

NUTS code:  IE061 -  Dublin
II.2.4)

Description of the procurement

Please refer to 2.3 Detailed Specification of Requirements in the Request for Tender document
II.2.5)

Award criteria

Criteria below
Price
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)

Description

II.2.1)

Title

LOT (SCHEDULE) 5: ADVANCE DIRECTION SIGNS & BOLLARD / RAMPS SIGNS
Lot No:  5
II.2.2)

Additional CPV code(s)

34928450  -  Bollards
34928472  -  Sign posts
44144000  -  Posts
II.2.3)

Place of performance

NUTS code:  IE061 -  Dublin
II.2.4)

Description of the procurement

Please refer to 2.3 Detailed Specification of Requirements in the Request for Tender document
II.2.5)

Award criteria

Criteria below
Price
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)

Description

II.2.1)

Title

LOT (SCHEDULE) 6: MISCELLANEOUS
Lot No:  6
II.2.2)

Additional CPV code(s)

34928450  -  Bollards
34928472  -  Sign posts
44144000  -  Posts
II.2.3)

Place of performance

NUTS code:  IE061 -  Dublin
II.2.4)

Description of the procurement

Please refer to 2.3 Detailed Specification of Requirements in the Request for Tender document
II.2.5)

Award criteria

Criteria below
Price
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)

Description

II.2.1)

Title

LOT (SCHEDULE) 7: POSTS AND FLEXIBLE BOLLARDS
Lot No:  7
II.2.2)

Additional CPV code(s)

34928450  -  Bollards
34928472  -  Sign posts
44144000  -  Posts
II.2.3)

Place of performance

NUTS code:  IE061 -  Dublin
II.2.4)

Description of the procurement

Please refer to 2.3 Detailed Specification of Requirements in the Request for Tender document
II.2.5)

Award criteria

Criteria below
Price
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

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

III.2.2)

Contract performance conditions

Please refer to tender documentation available to download from www.etenders.gov.ie RFT ID 233254

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:  5
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:  08/05/2023
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

Tender must be valid until:  08/05/2024
IV.2.7)

Conditions for opening of tenders

Date:  08/05/2023
Local time:  12:00

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.2)

Information about electronic workflows

Electronic payment will be used
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 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. Tenderers are asked to include a return address on the packaging.
8. Tenders may be submitted in English or in the Irish language.
9. Please note that OJEU contracts are covered by the Government Procurement Agreement (GPA).
10. Appeals procedure: The body to whom appeals should be addressed is – The High Court, Four Courts, Inns Quay, Dublin 7.
11. All queries regarding this tender must be submitted through the etenders messaging facility, RFT ID 233254. 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 28 April 2023 at 12 noon to enable issue of responses to all interested parties.
12. 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

please contact your solicitor
Dublin
IE

VI.4.4)

Service from which information about the review procedure may be obtained

please contact your solicitor
Dublin
IE