Multi-Party Framework Agreement (2021-2025) for the Design and Execution of Works in Connection with the Installation of Playgrounds for Dublin City Council
Playground design, and execution of works in connection with the supply and installation of playground equipment, including safety surfacing and ancillary works, the supply of labour, plant and material. Submissions will be received from suitably qualified Companies with experience in the installation of high quality outdoor playground and associated civil works.
The successful tenderer(s) will include a provision for the delivery and installation of the equipment to the nominated sites in the City and will be responsible for the security until installed and formally ‘taken in charge’ by Park Services, Dublin City Council.
The framework agreement will be established on foot of an initial tranche of works to be awarded — five distinct projects.
Deadline
The time limit for receipt of tenders was 2021-07-26.
The procurement was published on 2021-06-24.
Suppliers
The following suppliers are mentioned in award decisions or other procurement documents:
Object Scope of the procurement
Title:
“Multi-Party Framework Agreement (2021-2025) for the Design and Execution of Works in Connection with the Installation of Playgrounds for Dublin City Council
192979”
Title
Multi-Party Framework Agreement (2021-2025) for the Design and Execution of Works in Connection with the Installation of Playgrounds for Dublin City Council
192979
Playground design, and execution of works in connection with the supply and installation of playground equipment, including safety surfacing and ancillary works, the supply of labour, plant and material. Submissions will be received from suitably qualified Companies with experience in the installation of high quality outdoor playground and associated civil works.
The successful tenderer(s) will include a provision for the delivery and installation of the equipment to the nominated sites in the City and will be responsible for the security until installed and formally ‘taken in charge’ by Park Services, Dublin City Council.
The framework agreement will be established on foot of an initial tranche of works to be awarded — five distinct projects.
Show more
Estimated value excluding VAT: EUR 6 000 000 💰
Playground design, and execution of works in connection with the supply and installation of playground equipment, including safety surfacing and ancillary works, the supply of labour, plant and material. Submissions will be received from suitably qualified Companies with experience in the installation of high quality outdoor playground and associated civil works.
The successful tenderer(s) will include a provision for the delivery and installation of the equipment to the nominated sites in the City and will be responsible for the security until installed and formally ‘taken in charge’ by Park Services, Dublin City Council.
The framework agreement will be established on foot of an initial tranche of works to be awarded - five distinct projects:
Project 1 — St Michans Park — Central District;
Project 2 — Griffith Park — North West District;
Project 3 — Darndale Village — North Central District;
Project 4 — Grattan Cresent — South Central District;
Project 5 — Belgrave Square — South East Area.
Each project will be evaluated in it's own right. Tenderers may apply for one, more or all five projects.
For further information please refer to documentation available to download from www.etenders.gov.ie using RFT ID 192979. Please note that this project is subject to funding.
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 6 000 000 💰
Duration of the contract, framework agreement or dynamic purchasing system
The time frame below is expressed in number of months.
Description
Duration: 48
Additional information:
“Please consult tender documentation, which contains full instructions regarding the submission of tenders and is available to download from...”
Additional information
Please consult tender documentation, which contains full instructions regarding the submission of tenders and is available to download from www.etenders.gov.ie using RFT ID 192979.
Legal, economic, financial and technical information Conditions for participation
List and brief description of conditions:
“Please consult Suitability Assessment Questionnaire and associated documentation available to download from www.etenders.gov.ie using RFT ID 192979.” 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 tender documentation available to download from www.etenders.gov.ie using RFT ID 192979.” Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
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: 8
Administrative information
Time limit for receipt of tenders or requests to participate: 2021-07-26
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: 2021-07-26
12:00 📅
Conditions for opening of tenders (place):
“The date and time for opening tenders set out above may 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: 4 years.
Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
Additional information
“Please note due to the current Covid-19 pandemic, facilitation of all meetings, site visits, clarification meetings, and assessments of samples, etc. (as...”
Please note due to the current Covid-19 pandemic, facilitation of all meetings, site visits, clarification meetings, and assessments of samples, etc. (as applicable) is severely impacted. Where possible DCC 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 system.
1) Suppliers must register their interest on the Irish Government procurement opportunities portal www.etenders.gov.ie in order to be included on the mailing list for clarifications.
2) Please note that all information relating to attachments, including clarifications and changes, will be published on www.etenders.gov.ie only. Registration is free of charge. DCC will not accept responsibility for information relayed (or not relayed) via third parties.
3) Emailed/faxed/late tenders will not be accepted.
4) 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 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 and submit all required documentation before the submission deadline. Suppliers should take into account the fact that upload speeds vary;
• if you experience difficulty when uploading documents please contact eTenders Support Desk for technical assistance. Email etenders@eu-supply.com or Telephone: 353 (0) 21 243 92 77 (9 a.m. – 17.30 p.m. GMT).
5) All queries must be submitted through the messaging facility on www.etenders.gov.ie. RFT ID: 192979, and must be in question format. Responses will be circulated to those that have registered an interest in this notice on 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 12 July 2021 to enable issue of responses to all interested parties.
6) 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.
7) Refer to document 'Additional Information’ available to download from www.etenders.gov.ie using RFT ID 192979 for further information.
Show more Review body
Name: The High Court
Postal address: Chief Registrar, High Court, Inns Quay
Postal town: Dublin
Postal code: Dublin 7
Country: Ireland 🇮🇪
Phone: +353 18886000📞
E-mail: highcourtcentraloffice@courts.ie📧 Body responsible for mediation procedures
Name: The President, The Royal Institute of the Architects of Ireland (RIAI)
Postal town: Dublin
Country: Ireland 🇮🇪 Service from which information about the review procedure may be obtained
Name: Please consult your solicitor.
Postal town: Please consult your solicitor.
Country: Ireland 🇮🇪
Source: OJS 2021/S 123-324849 (2021-06-24)
Additional information (2021-07-15)
Complementary information Original notice reference
Notice number in the OJ S: 2021/S 123-324849
Changes Text to be corrected in the original notice
Section number: IV.2.7
Place of text to be modified: Conditions for opening of tenders
Old value
Date: 2021-07-26 📅
Time: 12:00
New value
Date: 2021-08-04 📅
Time: 12:00
Text to be corrected in the original notice
Section number: IV.2.2
Place of text to be modified: Time limit for receipt of tenders or requests to participate
Old value
Date: 2021-07-26 📅
Time: 12:00
New value
Date: 2021-08-04 📅
Time: 12:00
Source: OJS 2021/S 138-366229 (2021-07-15)
Contract award notice (2021-12-01) Object Scope of the procurement
Title:
“Multi-Party Framework Agreement (2021-2025) for the design and execution of works in connection with the installation of playgrounds for Dublin City Council
192979”
Title
Multi-Party Framework Agreement (2021-2025) for the design and execution of works in connection with the installation of playgrounds for Dublin City Council
192979
Show more
Short description:
“Playground design, and execution of works in connection with the supply and installation of playground equipment, including safety surfacing and ancillary...”
Short description
Playground design, and execution of works in connection with the supply and installation of playground equipment, including safety surfacing and ancillary works, the supply of labour, plant and material. Submissions will be received from suitably qualified Companies with experience in the installation of high quality outdoor playground and associated civil works.
The successful tenderer(s) will include a provision for the delivery and installation of the equipment to the nominated sites in the City and will be responsible for the security until installed and formally ‘taken in charge’ by Park Services, Dublin City Council.
The framework agreement will be established on foot of an initial tranche of works to be awarded - five distinct projects.
Show more
Total value of the procurement (excluding VAT): EUR 6 000 000 💰
Description
Description of the procurement:
“Playground design, and execution of works in connection with the supply and installation of playground equipment, including safety surfacing and ancillary...”
Description of the procurement
Playground design, and execution of works in connection with the supply and installation of playground equipment, including safety surfacing and ancillary works, the supply of labour, plant and material. Submissions will be received from suitably qualified Companies with experience in the installation of high quality outdoor playground and associated civil works.
The successful tenderer(s) will include a provision for the delivery and installation of the equipment to the nominated sites in the City and will be responsible for the security until installed and formally ‘taken in charge’ by Park Services, Dublin City Council.
The framework agreement will be established on foot of an initial tranche of works to be awarded - five distinct projects:
Project 1 - St Michans Park - Central District
Project 2 - Griffith Park - North West District
Project 3 - Darndale Village - North Central District
Project 4 - Grattan Cresent - South Central District
Project 5 - Belgrave Square - South East Area
Each project will be evaluated in it's own right. Tenderers may apply for one, more or all five projects.
For further information please refer to documentation available to download from www.etenders.gov.ie using RFT ID 192979. Please note that this project is subject to funding.
Show more Award criteria
Quality criterion (name): aresourcing of Project
Quality criterion (weighting): 15
Quality criterion (name): Outline Design
Quality criterion (weighting): 25
Quality criterion (name): Play Value
Quality criterion (name): Proposed Programme
Quality criterion (weighting): 10
Quality criterion (name): Riske to Successful Delivery of the Project
Quality criterion (weighting): 5
Cost criterion (name): Ultimate Cost
Cost criterion (weighting): 20
Procedure Information about framework agreement
The procurement involves the establishment of a framework agreement
Administrative information
Previous publication concerning this procedure: 2021/S 123-324849
Award of contract
1️⃣
Contract Number: 1 Darndale Village
Title:
“Multi-Party Framework Agreement (2021-2025) for the design and execution of works in connection with the installation of playgrounds for Dublin City Council”
Date of conclusion of the contract: 2021-11-08 📅
Information about tenders
Number of tenders received: 7
Number of tenders received by electronic means: 7
Name and address of the contractor
Name: Garden Escapes
National registration number: 882172317
Postal address: 43C Ballycreen Road
Postal town: Ballynahinch
Postal code: Down
Country: United Kingdom 🇬🇧
Phone: +44 2897564477📞
E-mail: richard@gardenescapesni.com📧
Region: Northern Ireland 🏙️
URL: http://www.gardenescapesni.com🌏
The contractor is an SME ✅ Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 6 000 000 💰
2️⃣
Contract Number: 2 St. Michans Park
Name and address of the contractor
Name: Haffey Sports Grounds Ltd.
National registration number: NI619154
Postal address: 47 Derrycarne Road
Postal town: Portadown
Postal code: Co. Armagh
Phone: +44 2838394350📞
E-mail: info@haffeysportsgrounds.co.uk📧
URL: http://www.haffeysportsgrounds.co.uk🌏 Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 6 000 000 💰
3️⃣
Contract Number: 3 Griffith Park
Name and address of the contractor
Name: Hawthorn Heights Limited
National registration number: NI062867
Postal address: 75 Craigbrack Road
Postal town: Eglinton
Postal code: Derry
Phone: +44 02871814816📞
E-mail: admin@hawthornheights.co.uk📧
Fax: +44 02871812717 📠
URL: http://www.hawthornheights.co.uk🌏 Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 6 000 000 💰
4️⃣
Contract Number: 4 Gratten Crescent Park , Belgrave Square Park
Name and address of the contractor
Name: KOMPAN Ireland Ltd
National registration number: 6367587N
Postal address: Galway Technology Centre
Postal town: Galway
Postal code: Mervue Business Park
Country: Ireland 🇮🇪
Phone: +353 91704844📞
E-mail: oliwal@kompan.com📧
Region: Northern and Western🏙️ Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 6 000 000 💰
Complementary information Additional information
“Please note due to the current COVID-19 pandemic, facilitation of all meetings, site visits, clarification meetings, & assessments of samples, etc. (as...”
Please note due to the current COVID-19 pandemic, facilitation of all meetings, site visits, clarification meetings, & assessments of samples, etc. (as applicable) is severely impacted. Where possible DCC 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 system.
1. Suppliers must register their interest on the Irish Government procurement opportunities portal www.etenders.gov.ie in order to be included on the mailing list for clarifications.
2. Please note that all information relating to attachments, including clarifications & changes, will be published on www.etenders.gov.ie only. Registration is free of charge. DCC will not accept responsibility for information relayed (or not relayed) via third parties.
3. Emailed/faxed/late tenders will not be accepted.
4. Suppliers should note the following when making their submission:
• To enable submission of multiple documents concurrently, download & 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 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 take into account the fact that upload speeds vary.
• If you experience difficulty when uploading documents please contact eTenders Support Desk for technical assistance. Email etenders@eu-supply.com or Telephone: 353 (0) 21 243 92 77 (09:00am – 17:30pm GMT)
5. All queries must be submitted through the messaging facility on www.etenders.gov.ie. RFT ID: 192979, and must be in question format. Responses will be circulated to those that have registered an interest in this notice on 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 12th July 2021 to enable issue of responses to all interested parties.
6. 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.
7. Refer to document 'Additional Information’ available to download from www.etenders.gov.ie using RFT ID 192979 for further information.
Show more
Source: OJS 2021/S 236-620791 (2021-12-01)