Contract award notice

Information

Published

Date of dispatch of this notice: 11/10/2023

External Reference: 2023-233085

TED Reference: 2023/S 199-624693

Contract award notice

Contract award notice

Results of the procurement procedure

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: IS Procurement Team
Telephone: +353 12222222
NUTS code:  IE061 -  Dublin
Internet address(es):
Main address: www.dublincity.ie

I.2)

Joint procurement

The contract is awarded by a central purchasing body
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

SPFA - Managed Document Print Service and Onsite Manned Print Room
Reference number:  SPFA - DCC - Print Services
II.1.2)

Main CPV code

79800000  -  Printing and related services
II.1.3)

Type of contract

Services
II.1.4)

Short description

Dublin City Council (DCC) wishes to invite tenders using the Open Procedure to establish a Single Party Framework Agreement for the Provision of a managed document production service on a fleet of floor standing multi-functional devices (MFD’s) with SLA and the provision of an on-site manned print room.
The period of the framework agreement will be for 6 years in accordance with the provisions set out in Article 33.1 of Directive 2014/24/EU. The justification for a framework agreement longer than the standard four years, is to ensure that the project and all related services can be delivered within the life of the framework, which may due to the nature, scale and complexity of the work exceed four years.
An initial contract will be awarded for a period of 4 years with an option to extend for two further periods of 12 months, at the sole discretion of Dublin City Council.
II.1.6)

Information about lots

This contract is divided into lots: no
II.1.7)

Total value of the procurement

Value excluding VAT:  7000000.00  EUR
II.2)

Description

II.2.2)

Additional CPV code(s)

30120000  -  Photocopying and offset printing equipment
30232100  -  Printers and plotters
42991200  -  Printing machinery
79810000  -  Printing services
79811000  -  Digital printing services
79820000  -  Services related to printing
79821000  -  Print finishing services
II.2.3)

Place of performance

NUTS code:  IE061 -  Dublin
II.2.4)

Description of the procurement

Dublin City Council (DCC) wishes to invite tenders using the Open Procedure to establish a Single Party Framework Agreement for the Provision of a managed document production service on a fleet of floor standing multi-functional devices (MFD’s) with SLA and the provision of an on-site manned print room.
The period of the framework agreement will be for 6 years in accordance with the provisions set out in Article 33.1 of Directive 2014/24/EU. The justification for a framework agreement longer than the standard four years, is to ensure that the project and all related services can be delivered within the life of the framework, which may due to the nature, scale and complexity of the work exceed four years.
An initial contract will be awarded for a period of 4 years with an option to extend for two further periods of 12 months, at the sole discretion of Dublin City Council.
There are two distinct requirements to this procurement -
• A Managed Document Production Service
• Provision of an on-site Manned Print Room
An essential component of the tender is the provision of an on-site, manned print room service located in a basement facility Civic Offices Wood Quay. A site visit of this on site facility will be facilitated on the 9th of January 2023 between 10am and 3pm. If tenderers would like to schedule a site visit on this date they must do so through the eTenders messaging facility by 12 noon on the 6th January 2023.
The estimated value of the framework agreement will be €7,000,000 (euro) and the estimated value of the initial contract will be €3,000,000 (euro).
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Quality of Approach to the Managed Document Production Service Requirements  /  Weighting:  2000
Quality criterion  -  Name:  Quality of Approach to the On-site Manned Print Room Requirements  /  Weighting:  1000
Quality criterion  -  Name:  Quality of Approach to Contract Management Methodology and Service Requirements  /  Weighting:  1000
Cost criterion  -  Name:  Ultimate Cost  /  Weighting:  6000
II.2.11)

Information about options

Options: yes
Description of options:
An initial contract will be awarded for a period of four years with an option to extend for two further periods of 12 months, at the sole discretion of Dublin City Council
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.1.3)

Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement
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: 2022/S 244-706007

Section V: Award of contract

Contract No: 1

Title: SPFA - Managed Document Print Service and Onsite Manned Print Room

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

01/07/2023
V.2.2)

Information about tenders

Number of tenders received:  3
Number of tenders received by electronic means:  3
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

Ricoh Ireland
8Z41042C
160 Airside Business Park,
Swords
Dublin
IE
Telephone: +353 877602745
NUTS code:  IE061 -  Dublin

The contractor is an SME : yes
V.2.4)

Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot:  7000000.00  EUR

Section VI: Complementary information

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 Act.
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 Information Systems 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.
8. Tenders may be submitted in English or in the Irish language.
9. All queries regarding this expression of tender must be directed to the messaging facility on www.etenders.gov.ie. RFT ID: 228971. 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 (Irish Time) on Monday 16th January 2023 to enable issue of responses to all interested parties.
10. 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 consult your solicitor