Contract award notice

Information

Published

Date of dispatch of this notice: 25/04/2019

External Reference: 2019-220116

TED Reference: 2019/S 084-201466

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
Environment and Transportation Department, Block 2, Floor 6, Civic Offices, Wood Quay
Dublin 8
Dublin
IE
Contact person: Paul McCarthy
Telephone: +353 012227501
Internet address(es):
Main address: www.dublincity.ie

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 for the establishment of a multi-party framework agreement for the provision of vehicle preventative maintenance inspection services
Reference number:  142093
II.1.2)

Main CPV code

50110000  -  Repair and maintenance services of motor vehicles and associated equipment
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 vehicle preventative maintenance inspection services divided into three lots. Tenders may be submitted for one or more lots. The duration of the framework agreement will be three years with an option at the sole discretion of Dublin City Council to extend for a further year.
II.1.6)

Information about lots

This contract is divided into lots: yes
II.1.7)

Total value of the procurement

Value excluding VAT:  100000.00  EUR
II.2)

Description

II.2.1)

Title

Dublin City Council depot based vehicle preventative maintenance inspection service.
Lot No:  1
II.2.2)

Additional CPV code(s)

50110000  -  Repair and maintenance services of motor vehicles and associated equipment
II.2.3)

Place of performance

Main site or place of performance:  
Dublin City Council Depots
II.2.4)

Description of the procurement

A mobile inspection service is required to carry out Dublin City Council depot based vehicle preventative maintenance inspections.
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Quality of the service offered by the Tenderer  /  Weighting:  43
Cost criterion  -  Name:  Ultimate Cost  /  Weighting:  57
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)

Description

II.2.1)

Title

South Side based preventative maintenance inspection service carried out in Contractor’s premises
Lot No:  2
II.2.2)

Additional CPV code(s)

50110000  -  Repair and maintenance services of motor vehicles and associated equipment
II.2.3)

Place of performance

Main site or place of performance:  
Contractor's Premises
II.2.4)

Description of the procurement

South Side based vehicle preventative maintenance inspection service carried out in the Contractor’s premises which must be conveniently located on the south side of the city to service Dublin City Council south side based Depots.
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Quality of the service offered by the Tenderer  /  Weighting:  43
Cost criterion  -  Name:  Ultimate Cost  /  Weighting:  57
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)

Description

II.2.1)

Title

North Side based preventative maintenance inspection service carried out in Contractor’s premises
Lot No:  3
II.2.2)

Additional CPV code(s)

50110000  -  Repair and maintenance services of motor vehicles and associated equipment
II.2.3)

Place of performance

Main site or place of performance:  
Contractor's Premises
II.2.4)

Description of the procurement

North side based vehicle preventative maintenance inspection service carried out in the Contractor’s premises which must be conveniently located on the north side of the city to service Dublin City Council north side based Depots.
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Quality of the service offered by the Tenderer  /  Weighting:  43
Cost criterion  -  Name:  Ultimate Cost  /  Weighting:  57
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 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 : yes
IV.2)

Administrative information

IV.2.1)

Previous publication concerning this procedure

Notice number in the OJ S: 2018/S 246-564719

Section V: Award of contract

Contract No: 1

Title: Dublin City Council depot based vehicle preventative maintenance inspection service.

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

Award of contract

V.2.1)

Date of conclusion of the contract

25/04/2019
V.2.2)

Information about tenders

Number of tenders received:  1
Number of tenders received by electronic means:  1
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

Capital Trailers Ltd
Unit 14-4 Crag Terrace, Clondalkin Industrial Estate
Dublin 22
IE

The contractor is an SME : yes
V.2.4)

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

Initial estimated total value of the contract/lot:  74000.00  EUR
Total value of the contract/lot:  34000.00  EUR

Section V: Award of contract

Contract No: 2

Title: South Side based preventative maintenance inspection service carried out in Contractor’s premises

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

Award of contract

V.2.1)

Date of conclusion of the contract

25/04/2019
V.2.2)

Information about tenders

Number of tenders received:  2
Number of tenders received by electronic means:  2
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

Westpark Motor Company Ltd
Kylemore Park West
Dublin 10
IE

The contractor is an SME : yes
V.2.4)

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

Initial estimated total value of the contract/lot:  73000.00  EUR
Total value of the contract/lot:  34000.00  EUR

Section V: Award of contract

Contract No: 3

Title: North Side based preventative maintenance inspection service carried out in Contractor’s premises

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

Award of contract

V.2.1)

Date of conclusion of the contract

25/04/2019
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 :  yes
V.2.3)

Name and address of the contractor

McElvaney Motors Ltd
Killymarley, Monaghan
Co. Monaghan
IE

The contractor is an SME : yes
Dublin Tunnel Commercials ltd
The Helicentre, Airport Business Park, Cloghran
Co. Dublin
IE

The contractor is an SME : yes
V.2.4)

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

Initial estimated total value of the contract/lot:  73000.00  EUR
Total value of the contract/lot:  34000.00  EUR

Section VI: Complementary information

VI.3)

Additional information

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.
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.
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.
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.
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.
The framework agreement is primarily for use by Dublin City Council as requirements arise.
Emailed/faxed/late tenders will not be accepted. Tenderers are asked to include a return address on the packaging.
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 document. Documents larger than this should be divided into smaller files prior to upload.
• 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)
Tenders may be submitted in English or in the Irish language.
All queries regarding this tender or process must be submitted through the Irish Government Procurement Opportunities Portal www.etenders.gov.ie (RFT ID: 142093) as a specific question. Responses will be circulated to those Tenderers that have registered an interest in this notice on www.etenders.gov.ie. The details of the person making a query will not be disclosed when circulating the response. All queries should be submitted before 17th January 2019 @ 12 noon to enable issue of responses to all interested parties.
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 contact your solicitor