Contract notice

Information

Published

Date of dispatch of this notice: 10/12/2021

Expire date: 28/01/2022

External Reference: 2021-232242

TED Reference: 2021/S 243-640985

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: Ludovic Beaumont
Telephone: +353 2226189
NUTS code:  IE061 -  Dublin
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=202916&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

Invitation to Tender Multi Party Framework Agreement for the Provision of Tree Care Services.
Reference number:  2021/LB/TREE
II.1.2)

Main CPV code

77211500  -  Tree-maintenance services
II.1.3)

Type of contract

Services
II.1.4)

Short description

Dublin City Council proposes to establish a multi-party Framework Agreement for the provision of tree surgery services to ensure that all trees in charge of Dublin City Council public (street trees, open spaces and parks) are maintained and managed to the best Arboricultural standards. The framework will be for 4 years. The framework will primarily be used by the Parks and Landscape Services Division, but may also be used by other divisions of Dublin City Council .The framework agreement will be established as a multi-party framework agreement with 7 number of operators, subject to that number meeting the minimum criteria and rules. The estimated total value of purchases pursuant to the framework agreement is in the region of 2.4 million (ex. VAT), over the lifetime of the agreement; approximatively €600,000 (ex. VAT) per year. It is emphasized that this figure is provided strictly for indicative purposes only as there is no guaranteed expenditure under the framework agreement.
II.1.5)

Estimated total value

Value excluding VAT: 2400000.00  EUR
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

03452000  -  Trees
77300000  -  Horticultural services
77310000  -  Planting and maintenance services of green areas
77313000  -  Parks maintenance services
77340000  -  Tree pruning and hedge trimming
II.2.3)

Place of performance

NUTS code:  IE061 -  Dublin
Main site or place of performance:  
Dublin City Administrative Area
II.2.4)

Description of the procurement

Dublin City Council proposes to establish a multi-party Framework Agreement for the provision of tree surgery services to ensure that all trees in charge of Dublin City Council public (street trees, open spaces and parks) are maintained and managed to the best Arboricultural standards. The maintenance and management of tree services under this contract generally consists of pruning, felling, and stump removal. The framework will be for 4 years. The framework will primarily be used by the Parks and Landscape Services Division, but may also be used by other divisions of Dublin City Council .The framework agreement will be established as a multi-party framework agreement with 7 number of operators, subject to that number meeting the minimum criteria and rules. The estimated total value of purchases pursuant to the framework agreement is in the region of 2.4 million (ex. VAT), over the lifetime of the agreement; approximatively €600,000 (ex. VAT) per year. It is emphasized, however, that this figure is provided strictly for indicative purposes only as there is no guaranteed expenditure under the framework agreement.
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: 2400000.00  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 the associated documentation, which contains full instructions regarding the submission of tenders and is available to download from www.etenderes.gov.ie using RFT ID 203589.

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:  For further information please consult the associated documentation available to download from www.etenders.gov.ie using RFT ID 203589.
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

For further information please consult the associated documentation available to download from www.etenders.gov.ie using RFT ID 203589.

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:  7
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:  28/01/2022
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 : 48  (from the date stated for receipt of tender)
IV.2.7)

Conditions for opening of tenders

Date:  28/01/2022
Local time:  12:00
Place:  
The date and time set above for the opening of tenders is subject to 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:  
2026
VI.3)

Additional information

Additional Information – Dublin City Council
Please note that this project is subject to funding.
Please note that due to the current COVID-19 pandemic, facilitation of all meetings, site visits, and clarification meetings, as well as assessments of sample products, etc. (as applicable) is severely impacted.
Where possible the Contracting Authority 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 platform.
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 contract/framework agreement is primarily for use by the Parks, Biodiversity and Landscapes Services, 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. All queries regarding this expression of interest/tender* must be directed to the messaging facility on www.etenders.gov.ie. RFT ID 203589 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 on 17th January /2022 to enable issue of responses to all interested parties.
9. 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.