Contract notice

Information

Published

Date of dispatch of this notice: 24/06/2021

Expire date: 04/08/2021

External Reference: 2021-211564

TED Reference: 2021/S 123-324849

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: Michael Noonan
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=191680&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 (2021-2025) for the design and execution of works in connection with the installation of playgrounds for Dublin City Council
Reference number:  192979
II.1.2)

Main CPV code

45212000  -  Construction work for buildings relating to leisure, sports, culture, lodging and restaurants
II.1.3)

Type of contract

Works
II.1.4)

Short description

Playground design, and execution of works in connection with the supply and installation of playground equipment, including safety surfacing and ancillary works, the supply of labour, plant and material. Submissions will be received from suitably qualified Companies with experience in the installation of high quality outdoor playground and associated civil works.
The successful tenderer(s) will include a provision for the delivery and installation of the equipment to the nominated sites in the City and will be responsible for the security until installed and formally ‘taken in charge’ by Park Services, Dublin City Council.
The framework agreement will be established on foot of an initial tranche of works to be awarded - five distinct projects.
II.1.5)

Estimated total value

Value excluding VAT: 6000000.00  EUR
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

22314000  -  Designs
37535200  -  Playground equipment
37535210  -  Playground swings
37535220  -  Playground climbing apparatus
37535230  -  Playground merry go rounds
37535240  -  Playground slides
37535250  -  Playground see saws
37535260  -  Playground tunnels
37535270  -  Playground sandboxes
43325000  -  Park and playground equipment
45236210  -  Flatwork for children's play area
50870000  -  Repair and maintenance services of playground equipment
71220000  -  Architectural design services
71320000  -  Engineering design services
71322000  -  Engineering design services for the construction of civil engineering works
79421200  -  Project-design services other than for construction work
45112723  -  Landscaping work for playgrounds
II.2.3)

Place of performance

NUTS code:  IE061 -  Dublin
II.2.4)

Description of the procurement

Playground design, and execution of works in connection with the supply and installation of playground equipment, including safety surfacing and ancillary works, the supply of labour, plant and material. Submissions will be received from suitably qualified Companies with experience in the installation of high quality outdoor playground and associated civil works.
The successful tenderer(s) will include a provision for the delivery and installation of the equipment to the nominated sites in the City and will be responsible for the security until installed and formally ‘taken in charge’ by Park Services, Dublin City Council.
The framework agreement will be established on foot of an initial tranche of works to be awarded - five distinct projects:
Project 1 - St Michans Park - Central District
Project 2 - Griffith Park - North West District
Project 3 - Darndale Village - North Central District
Project 4 - Grattan Cresent - South Central District
Project 5 - Belgrave Square - South East Area
Each project will be evaluated in it's own right. Tenderers may apply for one, more or all five projects.
For further information please refer to documentation available to download from www.etenders.gov.ie using RFT ID 192979. Please note that this project is subject to funding.
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: 6000000.00  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
II.2.14)

Additional information

Please consult tender documentation, which contains full instructions regarding the submission of tenders and is available to download from www.etenders.gov.ie using RFT ID 192979.

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 consult Suitability Assessment Questionnaire and associated documentation available to download from www.etenders.gov.ie using RFT ID 192979.
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 consult tender documentation available to download from www.etenders.gov.ie using RFT ID 192979.
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:  8
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:  26/07/2021
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

Duration in months : 12  (from the date stated for receipt of tender)
IV.2.7)

Conditions for opening of tenders

Date:  26/07/2021
Local time:  12:00
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:  yes
Estimated timing for further notices to be published:  
4 years
VI.2)

Information about electronic workflows

Electronic invoicing will be accepted
Electronic payment will be used
VI.3)

Additional information

Please note due to the current COVID-19 pandemic, facilitation of all meetings, site visits, clarification meetings, & assessments of samples, etc. (as applicable) is severely impacted. Where possible DCC will put in place alternative arrangements such as on-line meetings, etc. Likewise, anticipated dates (closing date for receipt of clarifications or tender submissions) may change. Suppliers will be kept fully up to date at all stages through the eTenders messaging system.
1. 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.
2. Please note that all information relating to attachments, including clarifications & 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.
3. Emailed/faxed/late tenders will not be accepted.
4. Suppliers should note the following when making their submission:
• To enable submission of multiple documents concurrently, download & 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 expiration of the response deadline.
• Suppliers must ensure that they give themselves sufficient time to upload & submit all required documentation before the submission deadline. Suppliers should take into account the fact that upload speeds vary.
• If you experience difficulty when uploading documents please contact eTenders Support Desk for technical assistance. Email etenders@eu-supply.com or Telephone: 353 (0) 21 243 92 77 (09:00am – 17:30pm GMT)
5. All queries must be submitted through the messaging facility on www.etenders.gov.ie. RFT ID: 192979, and must be 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 12:00 noon 12th July 2021 to enable issue of responses to all interested parties.
6. For each criterion marked as Response: Declaration Required, applicants must initially provide the Appendices referenced under each criterion no later than the date set for return of the forms, and, where appropriate, confirm in the box provided that it is included with the completed Questionnaire. Failure to do so could invalidate the submission.
Applicants may also satisfy this requirement by submitting an ESPD completed in accordance
with EU Regulation 2016/7. By completing Part IV (a) of the ESPD titled: Global Indication for all Selection Criteria, applicants will be taken to declare that they meet the standards set for all criteria where the response is Declaration Required. Supporting documentation should be provided promptly upon request from the Contracting Authority.
7. Refer to document 'Additional Information’ available to download from www.etenders.gov.ie using RFT ID 192979 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

The President, The Royal Institute of the Architects of Ireland (RIAI)
Dublin
IE

VI.4.4)

Service from which information about the review procedure may be obtained

Please consult your solicitor.
Please consult your solicitor.
IE