Contract notice

Information

Published

Date of dispatch of this notice: 17/04/2020

Expire date: 05/06/2020

External Reference: 2020-241953

TED Reference: 2020/S 078-183393

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
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=163508&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 For Boiler Replacement Programme 2020 - 2024
Reference number:  DCC Boiler Replacement Programme
II.1.2)

Main CPV code

45331110  -  Boiler installation 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 Boiler Replacement Programme in Dublin City Councils housing units in the Dublin City Council Areas marked out as Lots 1 to 3. Subject to there being sufficient responses it is envisaged that Lot 1 & 2 will each consist of 6No. successful contractors respectively while Lot 3 will consist of 10No. successful contractors. Tenderers can apply for inclusion in Lot 1 and Lot 3 or Lot 2 and Lot 3 but may not apply for inclusion in Lot 1 and Lot 2.
II.1.5)

Estimated total value

Value excluding VAT: 20000000.00  EUR
II.1.6)

Information about lots

This contract is divided into lots: yes
Tenders may be submitted for  maximum number of lots: 2
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:  
Lot 1 and/or Lot 3, Lot 2 and/or Lot 3, Lot 1 and Lot 2 is not permitted.
Maximum number of lots is 2 lots and only the combination of Lot 1 and Lot 2 is not permitted.
II.2)

Description

II.2.1)

Title

Lot No:  1
II.2.2)

Additional CPV code(s)

42160000  -  Boiler installations
44620000  -  Central-heating radiators and boilers and parts
44621200  -  Boilers
II.2.3)

Place of performance

Main site or place of performance:  
Ireland
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 Boiler Replacement Programme in Dublin City Councils housing units in the Dublin City Council Areas marked out as Lots 1 to 3. Subject to there being sufficient responses it is envisaged that Lot 1 & 2 will each consist of 6No. successful contractors respectively while Lot 3 will consist of 10No. successful contractors. Tenderers can apply for inclusion in Lot 1 and Lot 3 or Lot 2 and Lot 3 but may not apply for inclusion in Lot 1 and Lot 2.
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: 20000000.00  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

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:  Please refer to documentation available to download from www.etenders.gov.ie RFT ID: 166411
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 see tender documents available to download from etenders.gov.ie RFT 166411
III.2.3)

Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing 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:  26
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:  29/05/2020
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

Tender must be valid until:  28/05/2021
IV.2.7)

Conditions for opening of tenders

Date:  29/05/2020
Local time:  17:00
Place:  
The date and time for opening tenders set out above may change at the discretion of Dublin City Council

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.3)

Additional information

1. Dublin City Council (DCC) 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. Suppliers must register their interest on the Irish Government Procurement Opportunities Portal www.etenders.gov.ie in order to be included on the mailing list for clarifications.
3. 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.
4. Please note also that all information relating to attachments, including clarifications and changes, will be published on www.etenders.gov.ie only. Registration is free of charge. DCC will not accept responsibility for information relayed (or not relayed) via third parties.
5. The framework is primarily for use by the Housing & Community Services Department, but may also be extended for use by other divisions of DCC as requirements arise.
6. Emailed/faxed/late tenders will not be accepted. Only electronic submissions will be accepted via www.etenders.gov.ie.
7. Suppliers should note the following when making their submission:
• To enable submission of multiple documents concurrently, download and install the ‘Upload Manager ActiveX’ facility to your eTenders user profile.
• When using the ‘Upload Manager’ facility do not use the ‘Schedule’ option.
• Instead, use only the ‘Upload’ option, which will enable monitoring of the upload.
• Suppliers who do not use the Upload Manager can upload individual files, however please ensure to allow sufficient time for upload.
• There is a maximum upload limit of 2GB per file. Documents larger than this should be divided into smaller files prior to upload.
• In order to submit a document to the electronic postbox, please note that you must click “Submit Response”. After submitting a response, the response may be modified and re-submitted as many times as may be necessary until the RFT deadline has expired. Suppliers should be aware that the “Submit Response” button will be disabled automatically upon the expiration of the response deadline.
• Suppliers must ensure that they give themselves sufficient time to upload and submit all required documentation before the submission deadline. Suppliers should take into account the fact that upload speeds vary.
• 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)
8. All queries regarding this tender must be through the eTenders messaging facility www.etenders.gov.ie. RFT ID: 166411 in question format. Responses will be circulated to those that have registered an interest in this notice on 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 5pm on 26th March 2020 to enable issue of responses to all interested parties.
9. Please see 'Additional information' document available on www.etenders.gov.ie RFT ID 166411, for further information.
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

TBC
Dublin
IE

VI.4.3)

Review procedure

Precise information on deadline(s) for review procedures: 
The framework agreement is covered by the application of the Remedies Directive and the relevant standstill period applied at time of notification.
VI.4.4)

Service from which information about the review procedure may be obtained

Please contact your Solicitor
Dublin
IE