Dublin City Council (DCC) is seeking to establish a Multi-Party Framework Agreement for the procurement of works contractors for the Commercial Heating, Ventilation & Air Conditioning reactive and planned maintenance works in Dublin City Councils commercial / communal buildings in the Dublin City Council area citywide.
Applicants must demonstrate a clear understanding of the specific systems & equipment that are installed in the sites listed on the respective Category being applied for.
Category 1A, 1B, 1C: Heating Service & Maintenance,
Category 2A, 2B: Building Management Systems (BMS),
Category 3A, 3B: Refrigeration,
Category 4: Ventilation,
Category 5: Fire Suppression,
Category 6: Foam Suppression,
Category 7: Gas Detection,
Category 8A, 8B: Water Quality.
Deadline
The time limit for receipt of tenders was 2022-12-16.
The procurement was published on 2022-11-15.
Object Scope of the procurement
Title:
โDublin City Council Heating Ventilation & Air Conditioning Commercial Maintenance Multi-Party Frameworkโ
Products/services: Heating-plant repair and maintenance work๐ฆ
Short description:
โDublin City Council (DCC) is seeking to establish a Multi-Party Framework Agreement for the procurement of works contractors for the Commercial Heating,...โ
Short description
Dublin City Council (DCC) is seeking to establish a Multi-Party Framework Agreement for the procurement of works contractors for the Commercial Heating, Ventilation & Air Conditioning reactive and planned maintenance works in Dublin City Councils commercial / communal buildings in the Dublin City Council area citywide.
Applicants must demonstrate a clear understanding of the specific systems & equipment that are installed in the sites listed on the respective Category being applied for.
Category 1A, 1B, 1C: Heating Service & Maintenance,
Category 2A, 2B: Building Management Systems (BMS),
Category 3A, 3B: Refrigeration,
Category 4: Ventilation,
Category 5: Fire Suppression,
Category 6: Foam Suppression,
Category 7: Gas Detection,
Category 8A, 8B: Water Quality.
Show more
Estimated value excluding VAT: EUR 10 000 000 ๐ฐ
Dublin City Council (DCC) is seeking to establish a Multi-Party Framework Agreement for the procurement of works contractors for the Commercial Heating, Ventilation & Air Conditioning reactive and planned maintenance works in Dublin City Councils commercial / communal buildings in the Dublin City Council area citywide.
Following the receipt and evaluation of completed Suitability Assessment Questionnaires (SAQs) from interested parties it is envisaged that the top fifteen (15) scoring Applicants (subject to the quality and number of SAQs received) who also meet the minimum criteria and rules for selection will be invited to tender.
Applicants who are selected for inclusion on the tender list will be issued with a formal Invitation to Tender document (inclusive of the award criteria) and will be asked to respond with a tender submission. Submissions received will be assessed on the basis of the rules, minimum requirements, criteria and weightings set out in the Invitation to Tender document in order to make an award decision. It is envisaged that the top fifteen (15) scoring tenderers, found to be fully in conformance with the tender documentation and submitting the most economically advantageous tender under the award criteria contained in the Instructions to Tenderers will be identified as the successful tenderers designate and will be appointed to the framework agreement subject to the approval of the Contracting Authority.
Contractors will be admitted to the framework in ranked order. All work will be allocated via a cascade method for all categories.
Category 1A, 1B, 1C: Heating Service & Maintenance
Category 2A, 2B: Building Management Systems (Controls) Service & Maintenance
Category 3A, 3B: Refrigeration Service & Maintenance
Category 4: Ventilation Service & Maintenance
Category 5: Fire Suppression Service & Maintenance
Category 6: Foam Suppression Service & Maintenance
Category 7: Gas Detection Service & Maintenance
Category 8A, 8B: Water Quality Service & 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 10 000 000 ๐ฐ
Duration of the contract, framework agreement or dynamic purchasing system
The time frame below is expressed in number of months.
Description
Duration: 48
Information about the limits on the number of candidates to be invited
Envisaged minimum number: 1
Maximum number: 15
Legal, economic, financial and technical information Conditions for participation
List and brief description of conditions: As per SAQ.
Economic and financial standing
Selection criteria as stated in the procurement documents
Technical and professional ability
Selection criteria as stated in the procurement documents
Procedure Type of procedure
Restricted 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: 15
Administrative information
Time limit for receipt of tenders or requests to participate: 2022-12-16
17:00 ๐
Languages in which tenders or requests to participate may be submitted: English ๐ฃ๏ธ
Languages in which tenders or requests to participate may be submitted: Irish ๐ฃ๏ธ
The time frame below is expressed in number of months.
Minimum time frame during which the tenderer must maintain the tender: 12
Complementary information Additional information
โAdditional Information โ Dublin City Council
1. Dublin City Council is subject to the provisions of the Freedom of Information Act (FOI) 2014. If you...โ
Additional Information โ Dublin City Council
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 Housing & Community Services Department, 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. Tenders may be submitted in English or in the Irish language.
8. All queries regarding this tender must be submitted through the etenders messaging facility, RFT ID 226117 Queries must be in question format. 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 6th December 2022 to enable issue of responses to all interested parties.
9. 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.
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 ๐ฎ๐ช
Phone: +353 18886000๐
E-mail: highcourtcentraloffice@courts.ie๐ง Body responsible for mediation procedures
Name: Consult legal advisor.
Postal town: Dublin
Country: Ireland ๐ฎ๐ช Service from which information about the review procedure may be obtained
Name: Consult legal advisor.
Postal town: Dublin
Country: Ireland ๐ฎ๐ช
Source: OJS 2022/S 223-639218 (2022-11-15)