Contract award notice

Information

Published

Date of dispatch of this notice: 06/06/2019

External Reference: 2019-264569

TED Reference: 2019/S 110-269658

Contract award notice

Contract award notice

Results of the procurement procedure

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Dublin City Council
N/A
Civic Offices, Wood Quay
Dublin 8
Dublin
IE
Contact person: Clara Hickey
Telephone: +353 12226072
Internet address(es):
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

Commercial Concession to Operate and Maintain the Three Masted Barque Jeanie Johnston
Reference number:  etenders ref 134359
II.1.2)

Main CPV code

50240000  -  Repair, maintenance and associated services related to marine and other equipment
II.1.3)

Type of contract

Services
II.1.4)

Short description

Dublin City Council proposes to award a commercial concession for a period of five years subject to the conditions set out in this ITT. The Successful Tenderer shall have an exclusive right to provide services on the Jeanie Johnston, the primary use of which is that of a famine museum. The Successful Tenderer will be expected to achieve their earnings by maximising trade through pro-active and commercial management, and as such are expected to identify and put forward proposals best suited to the space to maximise return to both the Successful Tenderer and Dublin City Council. The Successful Tenderer will be responsible for the management and supervision of Dry Docking including the transfer (if applicable) of the Ship to dry dock location, the management of Marine Certification during the course of this contract and the day to day maintenance of the Ship. Please refer to ITT for further details available at www.etenders.gov.ie .
II.1.6)

Information about lots

This contract is divided into lots: no
II.1.7)

Total value of the procurement

Value excluding VAT:  3000000.00  EUR
II.2)

Description

II.2.2)

Additional CPV code(s)

50000000  -  Repair and maintenance services
50200000  -  Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment
50241000  -  Repair and maintenance services of ships
50241100  -  Vessel repair services
50244000  -  Reconditioning services of ships or boats
50246000  -  Harbour equipment maintenance services
50246100  -  Dry-docking services
50246300  -  Repair and maintenance services of floating structures
50246400  -  Repair and maintenance services of floating platforms
63511000  -  Organisation of package tours
63513000  -  Tourist information services
63514000  -  Tourist guide services
71317200  -  Health and safety services
71323200  -  Plant engineering design services
71334000  -  Mechanical and electrical engineering services
71631400  -  Technical inspection services of engineering structures
75125000  -  Administrative services related to tourism affairs
79340000  -  Advertising and marketing services
79342000  -  Marketing services
79342200  -  Promotional services
79952000  -  Event services
79952100  -  Cultural event organisation services
98360000  -  Marine services
II.2.3)

Place of performance

Main site or place of performance:  
Custom House Quay, Dublin 1
II.2.4)

Description of the procurement

Dublin City Council proposes to award a commercial concession for a period of five years subject to the conditions set out in this ITT. The Successful Tenderer shall have an exclusive right to provide services on the Jeanie Johnston, the primary use of which is that of a famine museum. The museum plays a part in the overall visitor experience to the Docklands area. As such, the Successful Tenderer will not be permitted to change the use of the space without the prior consent of Dublin City Council. The Successful Tenderer will be expected to achieve their earnings by maximising trade through pro-active and commercial management, and as such are expected to identify and put forward proposals best suited to the space to maximise return to both the Successful Tenderer and Dublin City Council. The Successful Tenderer will be responsible for the management and supervision of Dry Docking including the transfer (if applicable) of the Ship to dry dock location and management of Marine Certification during the course of this contract. The Successful Tenderer will be responsible for all day to day maintenance of the Ship. The Successful Tenderer will be responsible for recruitment, employment and training of sufficient staff suitable for the effective operation of all aspects of the Ship. Please refer to ITT for further details.
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Quality and feasibility of the Business Plan  /  Weighting:  40
Quality criterion  -  Name:  Proposed approach and methodology for operating tours of the ship.  /  Weighting:  10
Quality criterion  -  Name:  Contract Management Arrangements  /  Weighting:  10
Quality criterion  -  Name:  Maintenance Requirements  /  Weighting:  20
Cost criterion  -  Name:  Ultimate Financial Contribution  /  Weighting:  20
II.2.11)

Information about options

Options: yes
Description of options:
3 year with 1 + 1 option
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 IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Open procedure
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.2.1)

Previous publication concerning this procedure

Notice number in the OJ S: 2018/S 098-224016

Section V: Award of contract

Contract No: 1

Title: Commercial Concession to Operate and Maintain the Three Masted Barque Jeanie Johnston

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

01/06/2019
V.2.2)

Information about tenders

Number of tenders received:  1
Number of tenders received by electronic means:  1
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

Sea-Cruise Connemara Limited
IE8280044H
56C Bowling Green
Galway
H91 E1X5
IE
Internet address: http://www.killaryfjord.com

The contractor is an SME : yes
V.2.4)

Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot:  3000000.00  EUR

Section VI: Complementary information

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 Act.
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 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.
5. The contract agreement is primarily for use by the Planning Department, but may also be extended for use by other divisions of Dublin City Council as requirements arise.
6. Emailed/faxed/late tenders will not be accepted. Tenderers are asked to include a return address on the packaging.
7. 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 2GB 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) 21 243 92 77 (09:00am – 17:30pm GMT)
8. All queries relating to this competition or to this ITT must be directed to the messaging facility on www.etenders.gov.ie . Queries will be accepted no later than Monday 18th June 2018 at 12.00 noon unless otherwise published by the contracting authority. For the avoidance of doubt and with the exception of arranging site visits, tenderers may not contact the contracting authority directly regarding any aspect of this competition. Responses will be circulated to those candidates that have registered an interest in this notice on the Irish Government Procurement Opportunities Portal www.etenders.gov.ie The details of the person making a query will not be disclosed when circulating the response.
VI.4)

Procedures for review

VI.4.1)

Review body

The High Court
Chief Registrar, High Court, Inns Quay
Dublin
Dublin 7
IE
Telephone: +353 18886000

VI.4.3)

Review procedure

Precise information on deadline(s) for review procedures: 
Please consult your Solicitor