CONNECTING THE DEFENCE COMMUNITY WITH INSIGHT, INTELLIGENCE & OPPORTUNITIES

Officially Supported By: Defence Contracts International Supply2Defence

Official Media Partners for:

Type of document: Invitation to tender
Country: Ireland
OJEU Ref: (2019/S 123-300652/EN)
Nature of contract: Service contract
Procedure: Open procedure
Regulation of procurement: EU – with participation by GPA countries
Type of bid required: Global bid

Contract notice
Services

Section I: Contracting authority
I.1) Name and addresses
Official name: Dublin City Council — Traveller Accommodation Unit
National registration number: N/A
Postal address: Civic Offices, Wood Quay
Town: Dublin 8
Postal code: Dublin
Country: Ireland
Contact Person: Pat Teehan
Email: traveller.accommodation@dublincity.ie
Internet address(es):
Main address: www.dublincity.ie
Address of the buyer profile:
Official name: South Dublin County Council
Postal address: County Hall, Tallaght, Dublin 24
Town: Tallaght
Postal code: D24 YNN5
Country: Ireland
Email: info@sdublincoco.ie
Internet address(es):
Main address:
Official name: Fingal County Council
Postal address: County Hall, Main Street, Swords, County Dublin
Town: Swords
Postal code: K67 X8Y2
Country: Ireland
Email: travelleraccommodation@fingal.ie
Internet address(es):
Main address:
Official name: Dun Laoghaire-Rathdown County Council
Postal address: County Hall, Marine Road, Dun Laoghaire, County Dublin
Town: Dun Laoghaire
Postal code: A96 K6C9
Country: Ireland
Email: corp@dlrcoco.ie
Internet address(es):
Main address:

I.2) Joint Procurement:
The contract involves joint procurement
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge,at:
Additional information can be obtained from:
the above mentioned address
Tenders or requests to participate must be submitted:
electronically via:
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
General public services

Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Multi-Operator Framework Agreement for Security Services for Traveller Accommodation Units

Reference number: 152467
II.1.2) Main CPV code: 79713000
II.1.3) Type of contract: Services
II.1.4) Short Description: ‘Dublin City Council proposes to establish a multi-party Framework Agreement, in 3 lots, for the provision of security services in respect of traveller accommodation units, on behalf of itself, South Dublin County Council, Fingal County Council, and Dún Laoghaire-Rathdown County Council who will be parties to the Framework Agreement. The term of the Framework Agreement will be for 3 years with the option, at the sole discretion of Dublin City Council to extend the term for a period or periods of up to 12 months with a maximum of 2 such extensions on the same terms and conditions.
II.1.5) Estimated total value:
Value excluding VAT: 750000.00 Currency: EURII.1.6) Information about lots:
The contract is divided into lots: Yes
Tenders may be submitted for all lots
II.2) Description
II.2.1) Title: Provision of Security Personnel (Specific Tasks)

Lot No:1
II.2.2) Additional CPV code(s)
79710000

II.2.3) Place of performance
Nuts code: IE061
II.2.4) Description of the procurement:
There may be requirements for the provision of security personnel 7 days per week including seasonal/public and bank holidays in respect of the following tasks:
— serving notices and other correspondence,
— evictions from houses/sites to include illegally occupied lands or sites,
— removal of caravans and mobile homes and other general requirements.
Please refer to tender documents for further details.
II.2.5) Award criteria

II.2.6) Estimated value:
Value excluding VAT: 300000.00 Currency: EUR
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 60
This contract is subject to renewal: no
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: no
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:no
II.2.1) Title: The Seizure of Horses in respect of Traveller Specific Accommodation

Lot No:2
II.2.2) Additional CPV code(s)
79710000, 77500000, 85200000

II.2.3) Place of performance
Nuts code: IE061
II.2.4) Description of the procurement:
From time to time there may be a requirement, under the Control of Horses Act 1996 and the Control of Horses Bye laws 2014, for security assistance 7 days per week including seasonal/public and bank holidays in respect of the following:
— seizing horses,
— stabling horses,
— veterinary care,
— marking sheet,
— microchipping,
— put-down/knackery/disposal,
— re-homing of horses,
— accompany animal welfare operatives in the process of seizing,
— controlling of animals.
II.2.5) Award criteria

II.2.6) Estimated value:
Value excluding VAT: 150000.00 Currency: EUR
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 60
This contract is subject to renewal: no
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: no
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:no
II.2.1) Title: Provision of Security Personnel (Ad Hoc Requirements)

Lot No:3
II.2.2) Additional CPV code(s)
79710000

II.2.3) Place of performance
Nuts code: IE061
II.2.4) Description of the procurement:
There may be requirements for the provision of security personnel to provide security services other than those outlined in Lots 1 and 2, in connection with traveller accommodation, in respect of but not exclusively the following:
— providing security for contractors on offsite locations,
— providing security for onsite building contractors, night protection of property,
— secure lands/properties,
— provide personal security, and/or
— security personnel or other measures as necessary.
II.2.5) Award criteria

II.2.6) Estimated value:
Value excluding VAT: 300000.00 Currency: EUR
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 60
This contract is subject to renewal: no
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: no
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:no

Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents

III.2.2) Contract performance conditions: Please refer to tender document for details.

Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure:
Open procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement:3
In the case of framework agreements,provide justification for any duration exceeding 4 years:
The purpose of the term of this Framework Agreement is to align with the overall strategic Traveller Accommodation Programme 1st July 2019 to 30th June 2024.IV.1.8) Information about the Government Procurement Agreement(GPA)
The procurement is covered by the Government Procurement Agreement: yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 2019-07-31 Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted:EN, GA
IV.2.6) Minimum time frame during which the tender must maintain the tender
Duration in months:12(from the date stated for receipt of tender)
IV.2.7) Conditions for opening tenders
Date: 2019-07-31 Local time: 12:00
Information about authorised persons and opening procedure:The date and time set out above is subject to change at the discretion of Dublin City Council.

Section VI: Complementary information
VI.1) Information about recurrence:
This is a recurrent procurement: no
VI.2) Information about electronic workflows
Electronic invoicing will be accepted
VI.3) Additional information:
Additional information:
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 Act.
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. Suppliers must register their interest on the eTenders website (www.etenders.gov.ie) in order to be included on the mailing list for clarifications. 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. 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. The contract is primarily for use by the traveller accommodation unit, but may also be extended for use by other divisions of Dublin City Council as requirements arise. Emailed/faxed/late tenders will not be accepted. Tenderers are asked to include a return address on the packaging. 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 2 GB per document. Documents larger than this should be divided into smaller files prior to upload. Should you experience difficulty when uploading documents please contact the eTenders Support Desk for technical assistance. Email etenders@eu-supply.com or Telephone: 353(0)212439277 (9:00 a.m. — 17:30 p.m. GMT). Tenders may be submitted in English or in the Irish language. Please note that OJEU contracts are covered by the Government Procurement Agreement (GPA).
Appeals procedure: the body to whom appeals should be addressed is — The High Court, Four Courts, Inns Quay, Dublin 7. All queries regarding this tender must be emailed to ww.etenders.gov.ie
Queries must be in question format and must be submitted by email. Responses will be circulated to those 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 17.7.2019 to enable issue of responses to all interested parties. 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.
VI.4) Procedures for review
VI.4.1) Review body
Official name: The High Court
Postal address: Chief Registrar, High Court, Inns Quay
Town: Dublin
Postal code: Dublin 7
Country: Ireland
Telephone: +353 18886000
E-mail: HighCourtCentralOffice@courts.ie
VI.5) Date of dispatch of this notice:2019-06-25


LATEST STAKEHOLDER

Become a Stakeholder today and benefit from an exclusive marketing package which will allow you to:

  • Engage with active defence buyers and key supply chain partners
  • Create your own branded micro-site which within Defence Online which is managed by you
  • Have a dedicated Digital Account Manager to help enhance your Stakeholder page
  • Promote your news, products, press releases, eBooks and Videos as a Defence Online partner which feeds through to our homepage and social media channels
  • Have your company promoted on our partner website Defence Contracts Online (DCO)
  • All news promoted in mynewsdesk, a major hub for all of our news articles which enables news to be picked up from trade magazines, national newspapers and many other publications which offers extra exposure at no additional cost!

Contact us today or call us on 0845 557 1315 to take advantage of this exclusive marketing package


.

RELATED ARTICLES

May 9, 2024

Contractor support for Joint Force Training Centre (JFTC)- Exporting Opportunity - Very Short Deadline

Type of document: Contract Notice Country: United Kingdom 1. Title: CONTRACTOR SUPPORT FOR JOINT FORCE TRAINING CENTRE (JFTC)- EXPORTING OPPORTUNITY – VERY

May 9, 2024

240228 - Training Room Fit Out at Bury St Edmunds Ambulance Hub

Type of document: Contract Notice Country: United Kingdom 1. Title: 240228 – Training Room Fit Out at Bury St Edmunds Ambulance Hub 2.