Cancel
Search Tenders
Back to tenders & grants page

Ireland-Dublin: Letting services of short-stay furnished accommodation

Ireland-Dublin: Letting services of short-stay furnished accommodation has been closed on 15 Feb 2023. It no longer accepts any bids. For further information, you can contact the Dublin City Council (N/A)

Bellow, you can find more information about this project: 

General information
Donor:
Dublin City Council (N/A)
Industry:
Tourism
Status:
Closed
Value:
Not available
Timeline
Published:
18 Jan 2022
Deadline:
15 Feb 2023
Contacts
Name:
Sean Walsh
Phone:
+353 12222222
+353 18886000
Email:
Not available
Description

Social and other specific services – public contracts

Prior information notice - This notice is a call for competition

Services

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1)Name and addresses
Official name: Dublin City Council
National registration number: N/A
Postal address: Civic Offices, Wood Quay
Town: Dublin 8
NUTS code: IE061 Dublin
Postal code: Dublin
Country: Ireland
Contact person: Sean Walsh
E-mail: sean.walsh@dublincity.ie
Telephone: +353 12222222
Internet address(es):
Main address: www.dublincity.ie
Address of the buyer profile: https://irl.eu-supply.com/ctm/Company/CompanyInformation/Index/267
I.3)Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=205227&B=ETENDERS_SIMPLE
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted electronically via: http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=205227&B=ETENDERS_SIMPLE
Tenders or requests to participate must be submitted to the abovementioned address
I.4)Type of the contracting authority
Regional or local authority
I.5)Main activity
Housing and community amenities

Section II: Object

II.1)Scope of the procurement
II.1.1)Title:

Establishment of Five Panels for the provision of Emergency Accommodation for The DRHE

II.1.2)Main CPV code
55250000 Letting services of short-stay furnished accommodation
II.1.3)Type of contract
Services
II.1.4)Short description:

Dublin City Council invites applications for the establishment of 5 panels for the provision of Emergency Accommodation Services at centres within the Dublin Regional Homeless Executive (DRHE).

A total of 5 Panels will be established for the following 5 areas:

Lot 1 – Dublin North

Lot 2 – Dublin South

Lot 3 – Fingal

Lot 4 – South Dublin

Lot 5 – Dún-Laoghaire Rathdown

The panels will be established for one (1) year with options to extend for a further three (3) periods of up to 12 months. The panels will be continually open for access and new applicants will be invited in July and January each year.

The estimated additional Emergency Accommodation requirements for the DRHE for 2022 are estimated to be in the range of 100 to 200 single beds, and 100 to 200 family bedrooms.

II.1.5)Estimated total value
II.1.6)Information about lots
This contract is divided into lots: yes
Tenders may be submitted for all lots
II.2)Description
II.2.1)Title:

Dublin North in Dublin City Council area

Lot No: 1
II.2.2)Additional CPV code(s)
55110000 Hotel accommodation services
II.2.3)Place of performance
NUTS code: IE061 Dublin
Main site or place of performance:

Dublin North in Dublin City Council area

II.2.4)Description of the procurement:

Dublin Region (Dublin North and South, South Dublin, Fingal & Dun Laoghaire-Rathdown Local Authority Areas) has a requirement for emergency accommodation which must cater for approximately 15 – 50 residents (i.e. approximately 15 bedrooms) per facility. A minimum liveable floor area of 11.3m3 is required per bed space. The volume of requirement is unknown at this stage.

II.2.6)Estimated value
II.2.7)Duration of the contract or the framework agreement
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.2.14)Additional information
II.2)Description
II.2.1)Title:

Dublin South in Dublin City Council area

Lot No: 2
II.2.2)Additional CPV code(s)
55110000 Hotel accommodation services
II.2.3)Place of performance
NUTS code: IE061 Dublin
Main site or place of performance:

Dublin South in Dublin City Council area

II.2.4)Description of the procurement:

Dublin Region (Dublin North and South, South Dublin, Fingal & Dun Laoghaire-Rathdown Local Authority Areas) has a requirement for emergency accommodation which must cater for approximately 15 – 50 residents (i.e. approximately 15 bedrooms) per facility. A minimum liveable floor area of 11.3m3 is required per bed space. The volume of requirement is unknown at this stage.

II.2.6)Estimated value
II.2.7)Duration of the contract or the framework agreement
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.2.14)Additional information
II.2)Description
II.2.1)Title:

Fingal Co. Co. Area

Lot No: 3
II.2.2)Additional CPV code(s)
55110000 Hotel accommodation services
II.2.3)Place of performance
NUTS code: IE061 Dublin
Main site or place of performance:

Fingal Co. Co. Area

II.2.4)Description of the procurement:

Dublin Region (Dublin North and South, South Dublin, Fingal & Dun Laoghaire-Rathdown Local Authority Areas) has a requirement for emergency accommodation which must cater for approximately 15 – 50 residents (i.e. approximately 15 bedrooms) per facility. A minimum liveable floor area of 11.3m3 is required per bed space. The volume of requirement is unknown at this stage.

II.2.6)Estimated value
II.2.7)Duration of the contract or the framework agreement
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.2.14)Additional information
II.2)Description
II.2.1)Title:

South Dublin Co. Co. Area

Lot No: 4
II.2.2)Additional CPV code(s)
55110000 Hotel accommodation services
II.2.3)Place of performance
NUTS code: IE061 Dublin
Main site or place of performance:

South Dublin Co. Co. Area

II.2.4)Description of the procurement:

Dublin Region (Dublin North and South, South Dublin, Fingal & Dun Laoghaire-Rathdown Local Authority Areas) has a requirement for emergency accommodation which must cater for approximately 15 – 50 residents (i.e. approximately 15 bedrooms) per facility. A minimum liveable floor area of 11.3m3 is required per bed space. The volume of requirement is unknown at this stage.

II.2.6)Estimated value
II.2.7)Duration of the contract or the framework agreement
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.2.14)Additional information
II.2)Description
II.2.1)Title:

Dun-Laoghaire Rathdown Co. Co. Area.

Lot No: 5
II.2.2)Additional CPV code(s)
55110000 Hotel accommodation services
II.2.3)Place of performance
NUTS code: IE061 Dublin
Main site or place of performance:

Dun-Laoghaire Rathdown Co. Co. Area.

II.2.4)Description of the procurement:

Dublin Region (Dublin North and South, South Dublin, Fingal & Dun Laoghaire-Rathdown Local Authority Areas) has a requirement for emergency accommodation which must cater for approximately 15 – 50 residents (i.e. approximately 15 bedrooms) per facility. A minimum liveable floor area of 11.3m3 is required per bed space. The volume of requirement is unknown at this stage.

II.2.6)Estimated value
II.2.7)Duration of the contract or the framework agreement
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.2.14)Additional information

Section III: Legal, economic, financial and technical information

III.1)Conditions for participation
III.1.4)Objective rules and criteria for participation
List and brief description of rules and criteria:

Please see the qualification documents available to download from www.etenders.ie using RFT ID 205758

III.2)Conditions related to the contract
III.2.2)Contract performance conditions:

Please see procurement documents

Section IV: Procedure

IV.1)Description
IV.1.1)Form of procedure
Procedure involving negotiations
IV.1.3)Information about framework agreement
IV.1.10)Identification of the national rules applicable to the procedure:
IV.1.11)Main features of the award procedure:

The panels will be established on a yearly basis for a maximum period of 4 years. Applicants are requested if possible to apply before the initial closing date of 15/02/2022, however applications thereafter will be considered in July and January on an annual basis.

Please note that the contracting authority is employing a procedure with the right to negotiate contracts with individual panel members.

IV.2)Administrative information
IV.2.2)Time limit for receipt of tenders or requests to participate / Time limit for receipt of expressions of interest
Date: 15/02/2023
Local time: 12:00
IV.2.4)Languages in which tenders or requests to participate may be submitted:
English, Irish
IV.2.5)Scheduled date for start of award procedures:
25/02/2022

Section VI: Complementary information

VI.2)Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3)Additional information:

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 panels are for use by DRHE only.

7. Emailed/faxed/late applications will not be accepted. Applications 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 205758. 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. In the first case with regard to the initial closing date queries must be submitted by 4th February 2022 at 12 noon 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.

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
E-mail: HighCourtCentralOffice@courts.ie
Telephone: +353 18886000
Internet address: https://www.courts.ie
VI.4.3)Review procedure
Precise information on deadline(s) for review procedures:

In line with the rules of SI130

VI.5)Date of dispatch of this notice:
13/01/2022

http://ted.europa.eu/udl?uri=TED:NOTICE:27704-2022:TEXT:EN:HTML&src=0&tabId=2
Featured tenders

Get free access to our Tenders & Grants Database

Our service is free of charge and will always be

Join Now