Dublin City Council proposes to establish two 4-year multi party framework agreements (two lots) for the supply and delivery supply of Christmas trees (2022 - 2026).
Dublin City Council currently requires approximately 150 trees per annum across the two lots, however DCC makes no guarantee of the volume of supplies to be contracted under the framework agreement
Requirements under the framework will be met through mini competitions where each member of the Framework will be issued a Supplementary Invitation to Tender detailing the scope of requirements, the award criteria and the closing date & time for submissions.
It is emphasised, Dublin City Council makes no guarantee of the volume of supplies to be sourced under the framework agreement.
Dublin City Council reserves the right to operate outside of the framework agreement at its discretion; particularly should it become apparent that doing so would offer greater value for money.
Deadline
The time limit for receipt of tenders was 2022-08-19.
The procurement was published on 2022-07-11.
Suppliers
The following suppliers are mentioned in award decisions or other procurement documents:
Object Scope of the procurement
Title:
โSupply and Delivery of Christmas Trees Lot 1 Nordman Fir (9m and 13m) Lot 2 Nordman Fir (2.5m, 5m and 9.5m-10m)
DCC Christmas Tree Frameworkโ
Products/services: Christmas tree๐ฆ
Short description:
โDublin City Council proposes to establish two 4-year multi party framework agreements (two lots) for the supply and delivery supply of Christmas trees (2022...โ
Short description
Dublin City Council proposes to establish two 4-year multi party framework agreements (two lots) for the supply and delivery supply of Christmas trees (2022 - 2026).
Dublin City Council currently requires approximately 150 trees per annum across the two lots, however DCC makes no guarantee of the volume of supplies to be contracted under the framework agreement
Requirements under the framework will be met through mini competitions where each member of the Framework will be issued a Supplementary Invitation to Tender detailing the scope of requirements, the award criteria and the closing date & time for submissions.
It is emphasised, Dublin City Council makes no guarantee of the volume of supplies to be sourced under the framework agreement.
Dublin City Council reserves the right to operate outside of the framework agreement at its discretion; particularly should it become apparent that doing so would offer greater value for money.
Show more
Estimated value excluding VAT: EUR 400 000 ๐ฐ
Information about lots
Tenders may be submitted for all lots
1๏ธโฃ Scope of the procurement
Title: Supply and delivery of medium to large tree Norman Fir (9m and 13m )
Title
Lot Identification Number: 1
Description
Additional products/services: Trees๐ฆ
Additional products/services: Agricultural, forestry, horticultural, aquacultural and apicultural services๐ฆ
Additional products/services: Horticultural services๐ฆ
Place of performance: Dublin๐๏ธ
Description of the procurement:
โDublin City Council currently requires approximately 150 trees per annum across the two lots, however DCC makes no guarantee of the volume of supplies to be...โ
Description of the procurement
Dublin City Council currently requires approximately 150 trees per annum across the two lots, however DCC makes no guarantee of the volume of supplies to be contracted under the framework agreement
The description and indicative number of trees required are set out beneath (all figures are for guidance purposes only). The successful tenderer will be required to deliver and off load the Christmas trees to multiple sites throughout the city; however, it will be one site per delivery/trip. All trees are to be netted and larger trees to be tied in and secured. The tree size 2.5m will be to one delivery site only. All sites are located within the boundary of Dublin City Councilโs administrative area.
All trees must meet required specifications with regard to height, straightness of stem, symmetry, and fullness of foliage. The stem handle must be cut at right angles to the stem to leave a flat base. The length of stem handle is dependent on tree size but should be a minimum 1.5m on the 13m-15m trees, 1m on the 9.5m-10m trees and 0.3m on the remaining sizes (all figures are approximate). Diameter of stem handle to be no greater than a 300mm at base cut to allow insertion into on site chamber sleeve.
Requirements will be sought on the basis that the items being supplied are grown by the framework member.
Notional shopping list for the supply and delivery of Christmas trees (2022 - 2026) Lot 1 as follows.
Lot 1 Size Min Stem Handle Length QTY
Premium Grade Nordman Fir 13m 1.5m 5
Premium Grade Nordman Fir 9m 1m 1
Extraction, Pairing, Loading & Delivery
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 150 000 ๐ฐ
Duration of the contract, framework agreement or dynamic purchasing system
The time frame below is expressed in number of months.
Description
Duration: 48
Additional information:
โPlease consult the associated documentation, which contains full instructions regarding the submission of tenders and is available to download from...โ
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 ID 217912.
2๏ธโฃ Scope of the procurement
Title:
โSupply and delivery of small to medium size trees Nordman Fir (2.5m, 5m, and 9.5m - 10m) 10m )โ Title
Lot Identification Number: 2
Description
Description of the procurement:
โDublin City Council currently requires approximately 150 trees per annum across the two lots, however DCC makes no guarantee of the volume of supplies to be...โ
Description of the procurement
Dublin City Council currently requires approximately 150 trees per annum across the two lots, however DCC makes no guarantee of the volume of supplies to be contracted under the framework agreement
The description and indicative number of trees required are set out beneath (all figures are for guidance purposes only). The successful tenderer will be required to deliver and off load the Christmas trees to multiple sites throughout the city; however, it will be one site per delivery/trip. All trees are to be netted and larger trees to be tied in and secured. The tree size 2.5m will be to one delivery site only. All sites are located within the boundary of Dublin City Councilโs administrative area.
All trees must meet required specifications with regard to height, straightness of stem, symmetry, and fullness of foliage. The stem handle must be cut at right angles to the stem to leave a flat base. The length of stem handle is dependent on tree size but should be a minimum 1.5m on the 13m-15m trees, 1m on the 9.5m-10m trees and 0.3m on the remaining sizes (all figures are approximate). Diameter of stem handle to be no greater than a 300mm at base cut to allow insertion into on site chamber sleeve.
Requirements will be sought on the basis that the items being supplied are grown by the framework member.
Notional shopping list for the supply and delivery of Christmas trees (2022 - 2026) Lot 1 as follows.
Lot 2 Size Min Stem Handle Length QTY
Premium Grade Nordman Fir 5m 1.5m 1
Premium Grade Nordman Fir 9.5-10m 1m 30
Premium Grade Nordman FIr 2.5m 0.3m 70
Extraction, Pairing, Loading & Delivery
Show more Scope of the procurement
Estimated total value excluding VAT: EUR 250 000 ๐ฐ
Legal, economic, financial and technical information 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
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: 6
Administrative information
Time limit for receipt of tenders or requests to participate: 2022-08-19
12:00 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
Conditions for opening of tenders: 2022-08-19
12:00 ๐
Conditions for opening of tenders (place):
โThe date and time set out above for the opening of tenders is subject to change at the discretion of Dublin City Councilโ
Complementary information Information about recurrence
This is a recurrent procurement โ
Estimated timing for further notices to be published: 2026
Additional information
โ1. 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...โ
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 Environment & Transportation 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 217912 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 12 Noon on Tuesday 9th of August 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 Review procedure
Precise information on deadline(s) for review procedures: Please contact your solicitor.
Source: OJS 2022/S 135-382794 (2022-07-11)
Contract award notice (2022-11-01) Object Scope of the procurement
Total value of the procurement (excluding VAT): EUR 400 000 ๐ฐ
Information about lots
This contract is divided into lots โ Award criteria
Quality criterion (name): Quality of product
Quality criterion (weighting): 25
Quality criterion (name): Methodology and handling
Quality criterion (weighting): 35
Cost criterion (name): cost
Cost criterion (weighting): 40
Cost criterion (name): Cost
Procedure Information about framework agreement
The procurement involves the establishment of a framework agreement
Administrative information
Previous publication concerning this procedure: 2022/S 135-382794
Award of contract
1๏ธโฃ
Contract Number: 1
Title: Supply and delivery of medium to large tree Norman Fir (9m and 13m )
Date of conclusion of the contract: 2022-09-02 ๐
Information about tenders
Number of tenders received: 4
Number of tenders received by electronic means: 4
Name and address of the contractor
Name: King Tree Services Ltd.
National registration number: 4873085R
Postal address: Glaskenny
Postal town: Co. Wicklow
Postal code: Enniskerry
Country: Ireland ๐ฎ๐ช
Phone: +353 012868658๐
E-mail: info@kingtree.ie๐ง
Fax: +353 012866733 ๐
Region: Eastern and Midland๐๏ธ
URL: http://www.kingtree.ie๐
The contractor is an SME โ Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 150 000 ๐ฐ
2๏ธโฃ
Contract Number: 2
Title:
โSupply and delivery of small to medium size trees Nordman Fir (2.5m, 5m, and 9.5m - 10m) 10m )โ Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 250 000 ๐ฐ
Source: OJS 2022/S 213-610904 (2022-11-01)
Contract award notice (2023-02-20) Object Scope of the procurement
Total value of the procurement (excluding VAT): EUR 400 000 ๐ฐ
Procedure Administrative information
Previous publication concerning this procedure: 2022/S 213-610904
Award of contract
Lot Identification Number: 1
Name and address of the contractor
Name: Euroforest Ireland
National registration number: 3444561AH
Postal address: Abec
Postal town: Arklow
Postal code: Wicklow
Phone: +353 862576606๐
E-mail: accounts@euroforestireland.ie๐ง Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 150 000 ๐ฐ
Name and address of the contractor
Name: Killarney Christmas Trees
National registration number: 1876695M
Postal address: Knocknasarnett
Postal town: Killarney
Postal code: Kerry
Phone: +3 530872621530๐
E-mail: killarneychristmastrees@gmail.com๐ง
Region: South-West ๐๏ธ Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 150 000 ๐ฐ
3๏ธโฃ
Contract Number: 3
Lot Identification Number: 1 - winner of year 1
Name and address of the contractor
Region: Southern๐๏ธ Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 150 000 ๐ฐ
4๏ธโฃ
Contract Number: 4
Name and address of the contractor
Name: porters christmas trees farms
National registration number: 5040152 R
Postal address: croneyhorn upper, carnew
Postal town: co. wicklow
Postal code: none
E-mail: portersxmastrees@yahoo.com๐ง
URL: http://portersxmastrees@yahoo.com ๐ Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 150 000 ๐ฐ
5๏ธโฃ
Contract Number: 5
Lot Identification Number: 2
Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 250 000 ๐ฐ
6๏ธโฃ
Contract Number: 6
Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 250 000 ๐ฐ
7๏ธโฃ
Contract Number: 7
Lot Identification Number: 2 winner of year 1
Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 250 000 ๐ฐ
8๏ธโฃ
Contract Number: 8
Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 250 000 ๐ฐ
Source: OJS 2023/S 040-114069 (2023-02-20)