Contract notice

Information

Published

Date of dispatch of this notice: 26/10/2022

Expire date: 05/12/2022

External Reference: 2022-277751

TED Reference: 2022/S 210-603034

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Department of the Environment, Climate and Communications
NA
29-31 Adelaide Road
Dublin
Dublin 2
IE
Contact person: Gerald Mc Tiernan
Telephone: +353 16782950
Fax: +353 16783209
NUTS code:  IE -  IRELAND
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=227423&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

Ministry or any other national or federal authority, including their regional or local subdivisions
I.5)

Main activity

General public services

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Multi Supplier Framework Agreement for the Provision of Warehouse Pallet racking and associated services for Geological Survey Ireland
Reference number:  226694
II.1.2)

Main CPV code

63111000  -  Container handling services
II.1.3)

Type of contract

Services
II.1.4)

Short description

GSI seeks tenders for inclusion in a multi supplier framework to provide and install further racking systems across its warehousing facilities. The framework will be the primary source for future procurement of associated racking products including but not limited to shelving, bundled containers and other storage solutions for use within a racking system. The framework will also be the primary source for future procurement of servicing and maintenance of racking systems.
Technical capability of proposal including quality and range of products available
As a technical exercise for inclusion in the framework, tenderers should provide a technical solution for the following specification.
• 6.5m frame height
• depth 1100mm
• bay width 1850mm
• 2000kg load per beam level
• ground + 5 levels
• 14 bays each along two aisles back to back
• Adjustable levels
• Full certification
II.1.5)

Estimated total value

Value excluding VAT: 150000.00  EUR
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

42418940  -  Container-handling equipment
42965100  -  Warehouse management system
44423300  -  Goods-handling equipment
44423330  -  Platforms for handling goods
44614300  -  Container storage system
45213220  -  Construction work for warehouses
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
Main site or place of performance:  
Birr, Co. Offaly
II.2.4)

Description of the procurement

GSI seeks tenders for inclusion in a multi supplier framework to provide and install further racking systems across its warehousing facilities. The framework will be the primary source for future procurement of associated racking products including but not limited to shelving, bundled containers and other storage solutions for use within a racking system. The framework will also be the primary source for future procurement of servicing and maintenance of racking systems. (See RFT document).
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: 150000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48
This contract is subject to renewal: yes
Description of renewals:  
Any Framework Agreement that may result from this competition will (subject to paragraph 1.6 of RFT document, if applicable) be issued for a term of four (4) years ("the Term")
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: yes
Description of options:
Tenderers should outline estimated time from ordering to delivery of goods. Tenderers should also outline alternative options for items that are out of stock or have long lead in times.
II.2.12)

Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
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 see RFT document.
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 RFT document.

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 : no
IV.2)

Administrative information

IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  05/12/2022
Local time:  12:00
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English
IV.2.6)

Minimum time frame during which the tenderer must maintain the tender

Duration in months : 3  (from the date stated for receipt of tender)
IV.2.7)

Conditions for opening of tenders

Date:  05/12/2022
Local time:  12:00

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.3)

Additional information

Please see RFT document for additional information.
VI.4)

Procedures for review

VI.4.1)

Review body

Caroline Green
Geological Survey Ireland, Department of Environment, Climate and Communications
Booterstown Hall, Block 1, Booterstown Avenue, Booterstown
A94N2R6
IE
Telephone: +353 16783205
Internet address: www.gsi.ie

VI.4.2)

Body responsible for mediation procedures

Ms. Kim Duffy
Ground Floor (East Wing), Four Courts, Inns Quay, Dublin 7
Dublin
D07N972
IE
Telephone: +353 18886699
Internet address: www.courts.ie

VI.4.3)

Review procedure

Precise information on deadline(s) for review procedures: 
The High Court would be involved in a review procedure. See contract details above.