Dublin City Council is establishing a single-operator framework agreement for the supply and delivery of sub compact and compact sweepers, as well as winter maintenance vehicles (3 Lots)

Dublin City Council

Dublin City Council is establishing a single operator framework agreement for the supply and delivery of sub compact and compact sweepers, as well as winter maintenance vehicles, to meet current and emerging operational needs associated with cycle lane cleaning and winter road maintenance across the Council’s administrative area. The framework will operate for a period of four years from the date of award, with an indicative total value of €2.5 million (ex VAT) across all lots. The initial phase value is €800,000 in the first year, with options to extend or issue further allocations as funding becomes available. This value is provided strictly for indicative purposes and does not represent a commitment to purchase any specific quantity or to exhaust the full amount. Actual drawdown will depend on operational requirements, available funding and performance of the awarded suppliers. The tender is divided into three lots to reflect both operational needs and environmental priorities. Lot 1 covers diesel sub compact sweepers, with approximately up to four (4) units expected to be procured and provision for future expansion. Lot 2 covers electric compact sweepers, with between two (2) and six (6) units expected to be procured and provision for future expansion. Lot 3 covers diesel winter maintenance sub compact vehicles, with between two (2) and four (4) units expected to be procured and provision for future expansion. For Lot 1 and Lot 3, the maximum permitted vehicle width is 1100 mm, while for Lot 2 the maximum permitted width is 1200 mm. Vehicles proposed under Lot 3 must be capable of winter treatment functions such as salt spreading on narrow cycle lanes and restricted routes. They must also be adaptable to a brine system in the future, as the methodology for winter road treatment is currently under review. An adjustable salt spreading width, ideally ranging from 1.1 metres to 4 metres, is required. Contractual requirements include a minimum one year full warranty from the vehicle or sweeper manufacturer. The framework does not include the supply of non warranty spare parts or diagnostics. Tenderers must deliver the vehicles within 22 weeks from contract award, with up to two additional weeks allowed for on site operator training where required. All vehicles will have to be delivered to Dublin City Council’s North City Operations Depot (NCOD), St. Margaret’s Road, Ballymun, Dublin 11. Evaluation will include provisional scoring at the evaluation meeting, followed by an on-site trial and inspection of the highest-ranked tenderer to verify compliance. Scores may be adjusted if specifications are not met, and inspections will continue in rank order until complete. Once final evaluations are confirmed, letters will issue, and after the standstill period, the contract may be awarded. The inspection process is integral to the overall evaluation. A full list of technical and performance requirements is provided in Appendix A – Fitness for Purpose. For further information please refer to documentation available to download from www.etenders.gov.ie Resource ID xxxxxxx – Input when notice created . Please note that this project is subject to funding.

Deadline
The time limit for receipt of tenders was 2026-01-20. The procurement was published on 2025-12-17.

Who?

What?

Where?

Procurement history
Date Document
2025-12-17 Contract notice
2025-12-22 Contract notice
2026-04-08 Contract award notice
2026-04-14 Contract award notice
Contract notice (2025-12-17)
Object
Scope of the procurement
Title: Dublin City Council is establishing a single-operator framework agreement for the supply and delivery of sub compact and compact sweepers, as well as winter maintenance vehicles (3 Lots)
Short description:
“Dublin City Council is establishing a single operator framework agreement for the supply and delivery of sub compact and compact sweepers, as well as winter...”    Show more
Type of contract: supplies
Products/services: Road sweepers 📦
Estimated value excluding VAT: 2 500 000 EUR 💰
Information about lots
This contract is divided into lots
Maximum number of lots that may be awarded to one tenderer: 3
Tenders may be submitted for maximum number of lots: 3
Tenders may be submitted for all lots

1️⃣
Description of the procurement:
“Dublin City Council is establishing a single operator framework agreement for the supply and delivery of sub compact and compact sweepers, as well as winter...”    Show more
Additional products/services: Road equipment 📦
Additional products/services: Special-purpose motor vehicles 📦
Additional products/services: Salt spreaders 📦
Additional products/services: Gritter vehicles 📦
Additional products/services: Winter-maintenance vehicles 📦
Place of performance: Dublin 🏙️
Duration: 4 (YEAR)
The time frame below is expressed in number of years.
Title
Lot Identification Number: LOT-0001

2️⃣
Title
Lot Identification Number: LOT-0002

3️⃣
Title
Lot Identification Number: LOT-0003

Procedure
Type of procedure
Open procedure
Administrative information
Time limit for receipt of tenders or requests to participate: 2026-01-20 16:00:00 📅
Conditions for opening of tenders: 2026-01-20 16:30:00 📅
Conditions for opening of tenders (place): https://www.etenders.gov.ie/epps/cft/prepareViewCfTWS.do?resourceId=7143002
Languages in which tenders or requests to participate may be submitted: English 🗣️
Minimum time frame during which the tenderer must maintain the tender: 12
Information about a framework agreement or a dynamic purchasing system
Framework agreement with several operators

Contracting authority
Name and addresses
Name: Dublin City Council
National registration number: IE47732154U
Postal address: Civic Offices, Wood Quay
Postal code: D08 RF3F
Postal town: Dublin
Region: Dublin 🏙️
Country: Ireland 🇮🇪
E-mail: gavin.hughes@dublincity.ie 📧
Phone: 01 2222222 📞
URL: https://www.dublincity.ie 🌏
Address of the buyer profile: https://www.dublincity.ie 🌏
Type of the contracting authority
Regional or local authority
Main activity
General public services
Communication
Documents URL: https://www.etenders.gov.ie/epps/cft/listContractDocuments.do?resourceId=7143002 🌏
Participation URL: https://www.etenders.gov.ie/epps/cft/viewTenders.do?resourceId=7143002 🌏

Complementary information
Review body
Name: The High Court of Ireland
National registration number: The High Court of Ireland
Postal address: Four Courts, Inns Quay, Dublin 7
Postal code: D07 WDX8
Postal town: Dublin
Region: Dublin 🏙️
Country: Ireland 🇮🇪
E-mail: highcourtcentraloffice@courts.ie 📧
Phone: +353 1 8886000 📞
Service from which information about the review procedure may be obtained
Name: The High Court of Ireland
National registration number: The High Court of Ireland
Postal address: Four Courts, Inns Quay, Dublin 7
Postal code: D07 WDX8
Postal town: Dublin
Region: Dublin 🏙️
Country: Ireland 🇮🇪
E-mail: highcourtcentraloffice@courts.ie 📧
Phone: +353 1 8886000 📞
Information about electronic workflows
Electronic invoicing will be accepted
Electronic ordering will be used
Electronic payment will be used
Source: OJS 2025/S 245-846559 (2025-12-17)
Contract notice (2025-12-22)
Object
Scope of the procurement
Estimated value excluding VAT: 2 500 000 EUR 💰

Procedure
Administrative information
Time limit for receipt of tenders or requests to participate: 2026-01-27 16:00:00 📅
Conditions for opening of tenders: 2026-01-28 00:00:00 📅

Contracting authority
Name and addresses
E-mail: procurementunit@dublincity.ie 📧
Phone: 01 2224493 📞

Changes
Other additional information

“Please note the deadlines have changed for clarifications and tender submission close date.”
Source: OJS 2025/S 248-861006 (2025-12-22)
Contract award notice (2026-04-08)
Object
Scope of the procurement
Estimated value excluding VAT: 2 500 000 EUR 💰
Total value of the procurement (excluding VAT): 2 033 000 EUR (framework approximate) 💰
Award criteria
Quality criterion (name): This was awarded from Framework Agreement cft id 7143002 Total quality made up of : • A – Delivery Programme: 5% • B – Fitness for Purpose: 55% • C – Warranty: 5%
Quality criterion (weighting): 65
Cost criterion (name): Cost@35%
Cost criterion (weighting): 35
Quality criterion (name): This was awarded off Framework cft ID 7143002 quality breakdown: • A – Delivery Programme: 5% • B – Fitness for Purpose: 55% • C – Warranty: 5%

Award of contract

1️⃣
A contract/lot is awarded
Lot Identification Number: LOT-0001
Contract Number: 438780
Date of conclusion of the contract: 2026-03-31 📅
Information about tenders
Number of tenders received from SMEs: 2
Name and address of the contractor
Name: Total Materials Handling Ltd
National registration number: 6592485M
Postal code: D09CD59
Postal town: C2, Furry Business Park, Swords Road, Santry, Dublin 9.
Region: Dublin 🏙️
Country: Ireland 🇮🇪
E-mail: sales@tmh.ie 📧

2️⃣
Lot Identification Number: LOT-0002
Information about tenders
Number of tenders received from SMEs: 1
Name and address of the contractor
Name: Westpark Motor Company Ltd
National registration number: 113026
Postal address: Kylemore Park West, Dublin 10,
Postal code: D10YW40
Postal town: Dublin
E-mail: paulb@westparkmotors.ie 📧
Phone: 016266152 📞
URL: www.westparkmotors.ie 🌏

3️⃣
Lot Identification Number: LOT-0003

Contracting authority
Name and addresses
National registration number: IE4773215U
Source: OJS 2026/S 070-244221 (2026-04-08)
Contract award notice (2026-04-14)
Object
Scope of the procurement
Total value of the procurement (excluding VAT): 2 500 000 EUR (framework approximate) 💰

Award of contract
Contract Number: 438779
Name and address of the contractor
Name: total materials handling ltd
Name: westpark motor company_29863
Postal address: kylemore rd park west
Postal code: d10yw40
Postal town: dublin

Changes
New value
Text:
“Clean Vehicle Directive changed to yes and value amended in original notice THIS IS NOT A MODIFICATION TO THE ORIGINAL CONTRACT HOWEVER ETENDERS DOES NOT...”    Show more
Text:
“Clean Vehicle Directive changed to yes and value amended in original notice THIS IS NOT A MODIFICATION TO THE ORIGINAL CONTRACT HOWEVER ETENDERS DOES NOT...”    Show more
Text:
“Clean Vehicle Directive changed to yes and value amended in original notice THIS IS NOT A MODIFICATION TO THE ORIGINAL CONTRACT HOWEVER ETENDERS DOES NOT...”    Show more
Source: OJS 2026/S 073-255780 (2026-04-14)