Contract notice

Information

Published

Date of dispatch of this notice: 08/05/2023

Expire date: 29/05/2023

External Reference: 2023-222376

TED Reference: 2023/S 092-283762

Contract notice

[NoticeContract]

[Directive201424]

[Section1]: [Ca]

I.1)

[NameAddressContact]

Dublin City Council
N/A
Civic Offices, Wood Quay
Dublin 8
Dublin
IE
[Contactpoint]: Brian Ward
[AddressPhone]: +353 2222897
[AddressEmail]: brian.ward@dublincity.ie
[Nutscode]:  IE061 -  Dublin
[Internets]:
[UrlGeneral]: www.dublincity.ie

I.3)

[InfoTendering]

[AddressObtainDocs]:  
http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=240860&B=ETENDERS_SIMPLE
[AddressFurtherinfo]
[AsContactsAbove]:  
[AddressSendTendersRequest]
[AddressSendTendersRequest]
[AddressToAbove]
I.4)

[CaType]

[MaintypeLocalauth]
I.5)

[Mainactivity]

[MainactivGeneral]

[Section2]: [Object]

II.1)

[QuantityScopeContract]

II.1.1)

[TitleContract]

Provision of Postal Services
II.1.2)

[CpvMain]

64110000  - 
II.1.3)

[TypeContract]

[Services]
II.1.4)

[DescrShort]

Multi-Party Framework Agreement for Provision of Postal Services to Dublin City Council and, if required, to Fingal County Council, South Dublin County Council and Dun Laoghaire Rathdown County Council. South Dublin County Council, Dun Laoghaire-Rathdown County Council and Fingal County Council are named framework purchasers.
As the subject matter of this competition is considered as a Title III service within the context of Directive 2014/24/EU, where the choice of procedure is open to the Contracting Authority, the procedure chosen on this occasion is a Single Stage Procedure with Negotiation. The Contracting Authority reserves the right to enter negotiations with some or all tenderers who submit a valid responsive tender. Negotiations may be held on all aspects of the service under each of the published Award Criteria.
Please consult the tender documents for the full specifications of requirements.
II.1.5)

[ValueMagnitudeEstimatedTotal]

[ValueExclVat]: 6525000.00  EUR
II.1.6)

[LotsInfo]

[DivisionLots]: [No]
II.2)

[Description]

II.2.2)

[CpvAdditional]

64112000  - 
64113000  - 
II.2.3)

[PlacePerformance]

[Nutscode]:  IE061 -  Dublin
II.2.4)

[DescrProcurement]

Multi-Party Framework Agreement for Provision of Postal Services to Dublin City Council and, if required, to Fingal County Council, South Dublin County Council and Dun Laoghaire Rathdown County Council. South Dublin County Council, Dun Laoghaire-Rathdown County Council and Fingal County Council are named framework purchasers and any framework agreement or initial contract entered into pursuant to the framework agreement will be strictly between that local authority and the framework members. There is no obligation whatsoever on any of these local authorities to award any contract under the framework agreement. Such a decision will be a matter solely for the local authority in question.
Each of the Dublin Region Local Authorities may elect to participate within the framework at any stage within the framework timeframe. It should be noted that the duration of any contracts awarded during the lifetime of the framework may extend beyond the duration of the framework.
Dublin City Council will not be responsible for brokering an agreement between the successful framework member and the other Dublin Region Local Authorities should they decide to participate in the framework agreement. The participation of other Dublin Region Local Authorities, if required, will be initiated by their holding of a mini-tender competition between the successful Framework Members for an initial contract.
As the subject matter of this competition is considered as a Title III service within the context of Directive 2014/24/EU, where the choice of procedure is open to the Contracting Authority, the procedure chosen on this occasion is a Single Stage Procedure with Negotiation. The Contracting Authority reserves the right to enter negotiations with some or all tenderers who submit a valid responsive tender. Negotiations may be held on all aspects of the service under each of the published Award Criteria.
II.2.5)

[AwardCriteria]

[AwardCriteriaDescriptive]
II.2.6)

[ValueMagnitudeEstimated]

[ValueExclVat]: 6525000.00  EUR
II.2.7)

[DurationContractFrameworkDps]

[DurationMonths]: 84
[RenewalsSubject]: [No]
II.2.9)

[LimitOperators]

[EnvisagedMin]: 2
II.2.10)

[VariantsInfo]

[VariantsAccepted]: [No]
II.2.11)

[OptionsInfo]

[Options]: [No]
II.2.13)

[EuProgrInfo]

[EuProgrRelated]: [No]

[Section3]: [InfoLegal]

III.1)

[ConditionsParticip]

III.1.2)

[EconomicFinancialStanding]

[CriteriaSelectionDocs]
III.1.3)

[TechnicalCapacity]

[CriteriaSelectionDocs]
III.2)

[ConditionsContract]

[Section4]: [Procedure]

IV.1)

[Description]

IV.1.1)

[TypeProcedure]

[ProctypeCompNegotiation]
IV.1.3)

[FrameworkContractDpsInfo]

[NoticeInvolvesFramework]
[FrameworkSeveral]
[FrameworkParticipEnvis]:  2
[FrameworkJustFour]:  As the subject matter of this competition is considered as a Title III service within the context of Directive 2014/24/EU, where the choice of procedure is open to the Contracting Authority, the procedure chosen on this occasion is a Single Stage Procedure with Negotiation. The Contracting Authority has also chosen a maximum lifetime of 7 years as the maximum duration of this Framework Agreement.
IV.1.4)

[ReductionDuringDialogue]

[ReductionRecourse]
IV.1.5)

[NegotiationInfo]

[NegotiationWithout]
IV.1.8)

[GpaInfo]

[GpaCovered] : [Yes]
IV.2)

[InfoAdmin]

IV.2.2)

[LimitReceiptTendersReqPart]

[Date]:  29/05/2023
[Time]:  12:00
IV.2.4)

[LanguagesAllowed]

[Language_EN], [Language_GA]
IV.2.6)

[MinTimeMaintain]

[DurationMonths] : 12  ([FromStatedDate])

[Section6]: [InfoComplement]

VI.1)

[RecurrenceInfo]

[RecurrentProcurement]:  [No]
VI.3)

[InfoAdditional]

1) Interested parties must register their interest on the eTenders web site (www.etenders.gov.ie) in order to be included on the mailing list for clarifications. 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. The contracting authority will not accept responsibility for information relayed (or not relayed) via third parties.
2) 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 and to respond electronically to the competition.
3) Suppliers should note the following when making their submission:
• 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 consider the fact that upload speeds vary.
• If you experience difficulty when uploading documents, please contact eTenders Support Desk for technical assistance. Email etenders@eusupply.com or Telephone: 353(0)21 2439277 (09:00am – 17:30pm GMT). All queries must be submitted through the messaging facility on www.etenders.gov.ie.
4) All queries regarding this tender requirement or process must be submitted through the Irish Government Procurement Opportunities Portal www.etenders.gov.ie 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
5) This is the sole call for competition for this contract/framework.
6) The contracting authority will not be responsible for any costs, charges or expenses incurred by candidates or tenderers.
7) Contract award will be subject to the approval of the competent authorities.
8) It will be a condition of award that the successful tenderer is and remains tax compliant.
9) At its absolute discretion, the contracting authority may elect to terminate this procurement process, the framework agreement or any contract awarded under the framework agreement at any time.
10) 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.
11) Without prejudice to the principle of equal treatment, the contracting authority is not obliged to engage in a
clarification process in respect of the procurement documents with missing or incomplete information. Therefore, respondents are advised to ensure that they return completed documentation in order to avoid the risk of elimination from the competition.
VI.4)

[AppealsProcedure]

VI.4.1)

[AppealsBody]

The High Court
Chief Registrar, High Court, Inns Quay
Dublin
Dublin 7
IE
[AddressPhone]: +353 18886000

VI.4.3)

[AppealsLodging]

[AppealsDeadline]: 
In accordance with SI 130 - Public Sector Remedies legislation