Dublin City Council proposes to establish a multi-party framework agreement in 4 lots, for the provision of machinery maintenance and repair services. The period of this framework agreement shall be for 3 years to cover 2020 to 2023. However there is an option to extend the framework agreement for 1 extra year to cover 2023 to 2024, this will be at the sole discretion of Dublin City Council.
The framework is primarily for use by the parks and landscape services division, but may also be extended for use by other divisions of Dublin City Council.
The requirements are divided into 4 lots and tenderers may apply and be successful, for admission to the framework under 1 or more lots. Tenderers are advised to ensure that they complete a form of tender for each lot they are applying for appendices (D)i — (D)iv.
For further information please refer to documentation available to download from www.etenders.gov.ie RFT ID 164201.
Deadline
The time limit for receipt of tenders was 2020-03-02.
The procurement was published on 2020-01-27.
Suppliers
The following suppliers are mentioned in award decisions or other procurement documents:
Object Scope of the procurement
Title:
“Invitation to Tender Multi-Party Framework Agreement for the Maintenance and Repair of Machinery”
Products/services: Repair, maintenance and associated services of vehicles and related equipment📦
Short description:
“Dublin City Council proposes to establish a multi-party framework agreement in 4 lots, for the provision of machinery maintenance and repair services. The...”
Short description
Dublin City Council proposes to establish a multi-party framework agreement in 4 lots, for the provision of machinery maintenance and repair services. The period of this framework agreement shall be for 3 years to cover 2020 to 2023. However there is an option to extend the framework agreement for 1 extra year to cover 2023 to 2024, this will be at the sole discretion of Dublin City Council.
The framework is primarily for use by the parks and landscape services division, but may also be extended for use by other divisions of Dublin City Council.
The requirements are divided into 4 lots and tenderers may apply and be successful, for admission to the framework under 1 or more lots. Tenderers are advised to ensure that they complete a form of tender for each lot they are applying for appendices (D)i — (D)iv.
For further information please refer to documentation available to download from www.etenders.gov.ie RFT ID 164201.
Show more
Estimated value excluding VAT: EUR 1 600 000 💰
Information about lots
Tenders may be submitted for all lots
Includes all types of cultivators, fertiliser distributors, sprayers, chippers, trailers, bench cleaners and other items used in parks development and maintenance.
Show more Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
Scope of the procurement
Estimated total value excluding VAT: EUR 400 000 💰
Duration of the contract, framework agreement or dynamic purchasing system
The time frame below is expressed in number of months.
Description
Duration: 48
Duration of the contract, framework agreement or dynamic purchasing system
This contract is subject to renewal ✅ Description
Description of renewals:
“The period of this framework agreement shall be for 3 years to cover 2020 to 2023. However there is an option to extend the framework agreement for 1 extra...”
Description of renewals
The period of this framework agreement shall be for 3 years to cover 2020 to 2023. However there is an option to extend the framework agreement for 1 extra year to cover 2023 to 2024, this will be at the sole discretion of Dublin City Council.
Show more
Additional information:
“Please consult the associated documentation, which contains full instructions regarding the submission of tenders and is available to download from...”
Additional information
Please consult the associated documentation, which contains full instructions regarding the submission of tenders and is available to download from www.etenders.gov.ie using RFT 164201.
2️⃣ Scope of the procurement
Title: Lot 2: Grass Mowers/Compact Tractors
Title
Lot Identification Number: 2
Description
Additional products/services: Fleet management, repair and maintenance services📦
Description of the procurement:
“Repair and maintenance of both electrical and combustion engined compact tractors and ride-on mowers as required; mainly Kubota and John Deere models,...”
Description of the procurement
Repair and maintenance of both electrical and combustion engined compact tractors and ride-on mowers as required; mainly Kubota and John Deere models, approximately 18 horsepower to 30 horsepower. Grass mowers include all types of grass mower such as pedestrian propelled rotary mowers, self-propelled rotary/cylinder/flail mowers, tractor drawn rotary and gang cylinder mowers.
Show more Scope of the procurement
Estimated total value excluding VAT: EUR 400 000 💰
Description
Duration: 36
3️⃣ Scope of the procurement
Title: Lot 3: Motorised Handheld Equipment
Title
Lot Identification Number: 3
Description
Description of the procurement:
“Repair and maintenance as required of chainsaws, strimmer’s, hedge cutters and other motorised handheld equipment.” Scope of the procurement
Estimated total value excluding VAT: EUR 400 000 💰
4️⃣ Scope of the procurement
Title: Lot 4: General Equipment
Title
Lot Identification Number: 4
Description
Place of performance: Ireland🏙️ Scope of the procurement
Estimated total value excluding VAT: GIP 400 000 💰
Legal, economic, financial and technical information Conditions for participation
List and brief description of conditions:
“Please consult the associated documentation, which contains full instructions regarding the submission of tenders and is available to download from...”
List and brief description of conditions
Please consult the associated documentation, which contains full instructions regarding the submission of tenders and is available to download from www.etenders.gov.ie using RFT 164201.
Show more Economic and financial standing
Selection criteria as stated in the procurement documents
Technical and professional ability
Selection criteria as stated in the procurement documents
Conditions related to the contract
Contract performance conditions:
“Please consult the associated documentation, which contains full instructions regarding the submission of tenders and is available to download from...”
Contract performance conditions
Please consult the associated documentation, which contains full instructions regarding the submission of tenders and is available to download from www.etenders.gov.ie using RFT 164201.
Procedure Type of procedure
Open procedure
Information about a framework agreement or a dynamic purchasing system
Framework agreement with several operators
Description
Envisaged maximum number of participants to the framework agreement: 12
Administrative information
Time limit for receipt of tenders or requests to participate: 2020-03-02
12:00 📅
Languages in which tenders or requests to participate may be submitted: English 🗣️
Languages in which tenders or requests to participate may be submitted: Irish 🗣️
The time frame below is expressed in number of months.
Minimum time frame during which the tenderer must maintain the tender: 12
Conditions for opening of tenders: 2020-03-02
12:00 📅
Conditions for opening of tenders (place):
“The time and date set out above for the opening of the tenders is subject to change at the discretion of Dublin City Council.”
Complementary information Information about recurrence
This is a recurrent procurement ✅
Estimated timing for further notices to be published: 2023.
Additional information
“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...”
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 Acts;
2) It will be a condition for the award of any contract by Dublin City Council that the successful tenderer and all subcontractors (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 website (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 framework agreement is primarily for use by the parks and landscapes division, 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) Tenders may be submitted in English or in the Irish language;
9) Please note that OJEU contracts are covered by the Government Procurement Agreement (GPA);
10) Appeals procedure: the body to whom appeals should be addressed is – The High Court, Four Courts, Inns Quay, Dublin 7;
11) All queries regarding this tender must be emailed to portal www.etenders.gov.ie Ref RFT ID 164201. Queries must be in question format and must be submitted by email. 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 12.00 noon on 21.2.2020 to enable issue of responses to all interested parties;
12) 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;
13) 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.
Show more Review body
Name: The High Court
Postal address: Chief Registrar, High Court, Inns Quay, Dublin 7
Postal town: Dublin
Country: Ireland 🇮🇪
Phone: +353 18886000📞
E-mail: highcourtcentraloffice@courts.ie📧 Body responsible for mediation procedures
Name: Consultant Legal Advisor
Postal town: Dublin
Country: Ireland 🇮🇪 Review procedure
Precise information on deadline(s) for review procedures:
“The framework agreement is covered by the application of the remedies directive and the relevant standstill period applied at time of notification.” Service from which information about the review procedure may be obtained
Name: Consultant Legal Advisor
Postal town: Dublin
Country: Ireland 🇮🇪
Source: OJS 2020/S 020-044474 (2020-01-27)
Contract award notice (2020-12-16) Object Scope of the procurement
Short description:
“Dublin City Council proposes to establish a multi-party framework agreement in Four Lots, for the provision of machinery maintenance and repair services....”
Short description
Dublin City Council proposes to establish a multi-party framework agreement in Four Lots, for the provision of machinery maintenance and repair services. The period of this framework agreement shall be for 3 years to cover 2020 to 2023. However there is an option to extend the framework agreement for one extra year to cover 2023 to 2024, this will be at the sole discretion of Dublin City Council.
The framework is primarily for use by the Parks and Landscape Services Division, but may also be extended for use by other divisions of Dublin City Council.
The requirements are divided into four lots and tenderers may apply, and be successful, for admission to the framework under one or more lots. Tenderers are advised to ensure that they complete a form of tender for each lot they are applying for appendices (D)i — (D)iv.
For further information please refer to documentation available to download from www.etenders.gov.ie RFT ID 164201.
Show more
Total value of the procurement (excluding VAT): EUR 1 600 000 💰
Information about lots
This contract is divided into lots ✅ Scope of the procurement
Title: Lot 1 — Agricultural Tractors
Description
Main site or place of performance: Dublin City Council Administrative Area.
Description of the procurement:
“Includes all types of cultivators, fertiliser distributors, sprayers, chippers, trailers, bench cleaners, and other items used in parks development and maintenance.”
Description of the procurement
Includes all types of cultivators, fertiliser distributors, sprayers, chippers, trailers, bench cleaners, and other items used in parks development and maintenance.
Show more Award criteria
Quality criterion (name): Methodology
Quality criterion (weighting): 3000
Quality criterion (name): Quality of resources offered
Cost criterion (name): Cost
Cost criterion (weighting): 4000
Scope of the procurement
Title: Lot 2 — Grass Mowers/Compact Tractors
Description
Description of the procurement:
“Repair and maintenance of both electrical and combustion engined Compact Tractors and Ride-on mowers as required; mainly Kubota and John Deere models,...”
Description of the procurement
Repair and maintenance of both electrical and combustion engined Compact Tractors and Ride-on mowers as required; mainly Kubota and John Deere models, approximately 18 horsepower to 30 horsepower. Grass mowers include all types of grass mower such as pedestrian propelled rotary mowers, self-propelled rotary/cylinder/flail mowers, tractor drawn rotary and gang cylinder mowers.
Show more Award criteria
Cost criterion (name): cost
Scope of the procurement
Title: Lot 3 — Motorised Handheld Equipment
Description
Description of the procurement:
“Repair and maintenance as required of chainsaws, strimmer’s, hedge cutters and other motorised hand held equipment.” Scope of the procurement
Title: Lot 4 — General Equipment
Procedure Information about framework agreement
The procurement involves the establishment of a framework agreement
Administrative information
Previous publication concerning this procedure: 2020/S 020-044474
Award of contract
1️⃣
Contract Number: Rank 5
Lot Identification Number: 1
Title: Lot 1 — Agricultural Tractors
Date of conclusion of the contract: 2020-05-19 📅
Information about tenders
Number of tenders received: 6
Number of tenders received by electronic means: 6
Name and address of the contractor
Name: Dublin Grass Machinery
National registration number: N/a
Postal address: River Rd, Ashtown
Postal town: Dublin 15
Country: Ireland 🇮🇪
Phone: +353 18386767📞
E-mail: rmitchell@dublingrass.ie📧
Region: Dublin🏙️
URL: http://www.dublingrass.ie🌏
The contractor is an SME ✅ Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 400 000 💰
2️⃣
Contract Number: Rank 6
Name and address of the contractor
Name: Kevin Broderick Ltd
National registration number: IE8Y41215J
Postal address: Unit J, Aerodrome Business p
Postal town: Co. Dublin
Phone: +353 12572255📞
E-mail: aplunkett@brodericks.ie📧
Fax: +353 12572250 📠
URL: http://www.brodericks.ie🌏 Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 400 000 💰
3️⃣
Contract Number: Rank 2
Name and address of the contractor
Name: Landcraft Farm and Grass Machinery
National registration number: 3405296I
Postal address: Baytown, The Ward
Postal town: County Dublin
Postal code: The Ward
Phone: +353 0872599718📞
E-mail: landcraftfarmandgrass@gmail.com📧
Fax: +353 18351316 📠 Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 400 000 💰
4️⃣
Contract Number: Rank 4
Name and address of the contractor
Name: Leinster Hydraulics and Farm Machinery Ltd
National registration number: ie3312661ph
Postal address: Balcunnin Skerries
Postal town: Dublin
E-mail: lhsagri@gmail.com📧
URL: http://www.leinsterhydraulics.ie🌏 Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 400 000 💰
5️⃣
Contract Number: Rank 3
Name and address of the contractor
Name: Leinster Turf Equipment Ltd
National registration number: IE6405071I
Postal address: Eamonn Duggan Bus Park, Athboy road
Postal town: Trim, Co. Meath
Phone: +353 469436100📞
E-mail: sales@leinsterturfequipment.ie📧
Fax: +353 469436661 📠
Region: Mid-East🏙️
URL: http://www.leinsterturfequipment.ie🌏 Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 400 000 💰
6️⃣
Contract Number: Rank 1
Name and address of the contractor
Name: Rowan Engineering Consultants Ltd
National registration number: 8282592C
Postal address: Unit 14 Scurlockstown Business Park, Meath
Postal town: Trim
Phone: +353 469030102📞
E-mail: ian.douglas@rec.ie📧
URL: http://www.rec.ie🌏 Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 400 000 💰
7️⃣
Lot Identification Number: 2
Title: Lot 2 — Grass Mowers/Compact Tractors
Information about tenders
Number of tenders received: 7
Number of tenders received by electronic means: 7
Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 400 000 💰
8️⃣
Contract Number: Rank 7
Name and address of the contractor
Postal address: Unit J, Aerodrome Business P
Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 400 000 💰
9️⃣ Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 400 000 💰
1️⃣0️⃣ Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 400 000 💰
1️⃣1️⃣ Name and address of the contractor
Name: Leinster turf equipment Ltd
Postal address: Eamonn Duggan Bus Park, Athboy Road
Postal town: Trim, Co Meath
Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 400 000 💰
1️⃣2️⃣
Title: Lot 2- Grass Mowers/Compact Tractors
Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 400 000 💰
1️⃣3️⃣ Name and address of the contractor
Name: Shanley lawnmowers
National registration number: IE5478244Q
Postal address: hazelhatch Road, Newcastle
Phone: +353 14589009📞
E-mail: shanleymowers@eircom.net📧
Fax: +353 14589009 📠
URL: http://www.shanleymowers.ie🌏 Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 400 000 💰
1️⃣4️⃣
Lot Identification Number: 3
Title: Lot 3 — Motorised Handheld Equipment
Information about tenders
Number of tenders received: 5
Number of tenders received by electronic means: 5
Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 400 000 💰
1️⃣5️⃣ Name and address of the contractor
Name: Kevin Broderick LTD
Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 400 000 💰
1️⃣6️⃣ Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 400 000 💰
1️⃣7️⃣ Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 400 000 💰
1️⃣8️⃣ Name and address of the contractor
Name: Shanley Lawnmowers
Postal address: Hazelhatch Road, Newcastle
Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 400 000 💰
1️⃣9️⃣
Lot Identification Number: 4
Title: Lot 4 — General Equipment
Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 400 000 💰
2️⃣0️⃣ Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 400 000 💰
2️⃣1️⃣ Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 400 000 💰
2️⃣2️⃣ Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 400 000 💰
2️⃣3️⃣ Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 400 000 💰
2️⃣4️⃣ Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 400 000 💰
Complementary information Additional information
“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...”
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 Acts.
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 framework agreement is primarily for use by the parks and landscapes division, 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) Tenders may be submitted in English or in the Irish language.
9) Please note that OJEU contracts are covered by the Government Procurement Agreement (GPA).
10) Appeals procedure: The body to whom appeals should be addressed is – The High Court, Four Courts, Inns Quay, Dublin 7.
11) All queries regarding this tender must be emailed to portal www.etenders.gov.ie Ref RFT ID 164201. Queries must be in question format and must be submitted by email. 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 21 February 2020 to enable issue of responses to all interested parties.
12) 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.
13) 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.
Show more Review body
Postal address: Chief Registrar, High Court, Inns Quay
Postal town: Dublin 7
Review procedure
Precise information on deadline(s) for review procedures:
“The framework agreement is covered by the application of the Remedies Directive and the relevant standstill period applied at time of notification.”
Source: OJS 2020/S 248-618210 (2020-12-16)